COMMERCE BUSINESS DAILY ISSUE OF JULY 2, 2001 PSA #2884
SOLICITATIONS
10 -- B-ONE NEXT ENHANCEMENT (BONE) CONTRACT
- Notice Date
- June 28, 2001
- Contracting Office
- Bldg 556, 2690 Loop Rd, West, Wright-Patterson AFB, OH 45433-7221, 45433
- ZIP Code
- 45433
- Solicitation Number
- F33657-B-One Enhancement Contract
- Response Due
- August 1, 2001
- Point of Contact
- Crystal Slasor,(937) 656-5075
- E-Mail Address
- crystal.slasor@b1b.wpafb.af.mil (crystal.slasor@b1b.wpafb.af.mil)
- Description
- Background " The B-1 System Program Office (ASC/YD) contemplates releasing an RFP for a a single over-arching contract for acquisition and sustainment of the B-1 weapon system. This effort will include the integration and responsibility for future enhancements or improvements to the B-1 weapon system. The contract may include level of effort and discrete tasks for enhancement and sustainment activities to support product support, sustaining engineering, software support, technical data, Diminishing Manufacturing Sources (DMS) support, initial spares and support equipment as well as enhancements or improvement efforts for upgrades to the weapon system. This single over-arching contract for the weapon system will contain multiple contract types at the contract line item level (e.g., cost-plus incentive fee, firm fixed price, time & materials, etc.) to accommodate a wide range of potential tasks. The estimated maximum amount for the acquisition is anticipated to be $4.5B. Contract efforts are subject to FAR 52.232-18 availability of funds. Anticipated award date is 1 Mar 02 for a portion of the effort contemplated herein. The requirements for this acquisition are further defined in terms of functions to be performed relative to the acquisition of upgrades and sustainment efforts for the B-1 weapon system. Sufficient capability to integrate B-1 weapon system must exist to perform at a minimum ALL of the following related tasks: Provide interim contractor repair on programmed and known/unknown non-programmed B-1 weapon system items identified for repair/modification. Product support requires the contractor to identify, evaluate and recommend solutions to resolve B-1 weapon system hardware and software technical and supportability anomalies, deficiencies, and problems. Integrate hardware modifications with software and testing to verify proposed engineering problem solutions. Provide software support efforts required to analyze software change requests, and field anomalies. Design, code, and test software changes (including block changes) to the B-1 aircraft weapon system and ground support systems. Included in this effort is the integration of the software with the B-1 weapons system to include administrative support, interface with flight test organizations, manufacture of firmware, and compliance with Air Force retrofit processes. Identify and evaluate impacts to AF Mission Planning Systems, B-1 Training System, and associated ancillary equipment include identifying and evaluating impacts to those systems resulting from air vehicle anomalies, field anomalies and software/hardware block changes. Develop, deliver and maintain B-1 system related technical data as required. At a minimum provide maintenance of the Paperless CDRL Delivery System (PCDS) for Government and B-1 training system prime contractor to access all B-1 program data electronically. Perform weapon system enhancements or improvement efforts to support at a minimum all B-1 weapon system upgrades including development, test, production, retrofit modifications and related Type 1 training. The Government cannot predetermine at the project level the precise B-1 aircraft acquisition and sustainment requirements or improvements to be acquired. Enhancements/upgrades/acquisitions may include, but not limited to, development and production of cockpit display upgrades, integrated Link 16, beyond line of sight UHF SATCOM datalinks, radar upgrades, vertical situation display replacement, gyro stabilization system upgrade, on-board diagnostics hardware upgrade, electro-multiplexing system upgrade, automatic test system upgrades, GATM upgrades, GPS modernization, ALQ-161A reliability and maintainability upgrades, defensive system upgrade, computer avionics upgrade, weapon integration upgrades, conventional bomb modules 1760 conversion upgrades, mission planning system upgrades/conversions, IFF system upgrades, digital flight control (including central air data computer) enhancement, B-1 unique support equipment, and associated B-1 weapon system software changes. The B-1 is releasing the RFP for intersed subcontracting opportunities. Interested sources shall contract Boeing, Long Beach CA. The NAIC Code for this acquisition will be 336413, Aircraft Manufacturing NSK, total. Interested sources shall include their Size and CAGE code in the information provided. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from the potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use the Ombudsman, Stephen J. Plaisted, at (937) 255-5535 or (937) 255-9095 or e-mail stephen.plaisted@wpafb.af.mil with serious concerns only. This is a Notice of Contracting Action. Routine communication concerning this acquisition should be directed to Vicki Diaz at email vicki.diaz@wpafb.af.mil phone number (937) 656-5088, Bldg. 556, 2690 Loop Road, West, Wright-Patterson AFB OH 45433-7148.***** "
- Web Link
- B1BENHANCE-B-One Next Enhancement (BONE) Contract (http://www.pixs.wpafb.af.mil/pixslibr/B1BENHANCE/B1BENHANCE.asp)
- Record
- Loren Data Corp. 20010702/10SOL003.HTM (D-179 SN50Q417)
| 10 - Weapons Index
|
Issue Index |
Created on June 28, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|