SOLICITATION NOTICE
A -- Joint Service Aircrew Mask
- Notice Date
- 5/1/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8107 13th Street, Brooks AFB, TX, 78235-5219
- ZIP Code
- 78235-5219
- Solicitation Number
- F41624-02-R-1007
- Response Due
- 7/19/2002
- Archive Date
- 8/3/2002
- Point of Contact
- Ynuaka Newsome, Procurement Contracting Officer, Phone 210-536-4571, Fax 210-536-2993,
- E-Mail Address
-
ynuaka.newsome@brooks.af.mil
- Description
- The JSAM program will enter into source selection for the System Development & Demonstration with Production Options (SDD/Production), phase II contract this summer. The Draft Request for Proposal (DRFP) is attached. The cost arrangement for the production options are still under consideration. The JSAM strategy for Oral Presentation wis under consideration. The DRFP will be updated in these areas at a later date. All comments and questions should be in writing and e-mailed to the POC. In the San Antonio RFP and Acquisition Highway (SARAH) Notice to Offerors dated 9 May 01, all potential offerors were requested to submit the following items by the listed deadlines in order to be a potential offeror for the SDD/Production contract: Funding documentation to support their prorata share of Government Testing - 30 Jun 01 System Design Information (Conceptual Drawings) - 30 Sept 01 14 Test Samples each Material - 31 Oct 01 25 Prototypes - 30 Jan 02 . During SDD, the successful JSAM contractor will translate their design approach into a stable, interoperable, producible, supportable, and cost-effective design; validate the affordability and producibility of the system, prove the production processes; and demonstrate system performance to specifications through testing. During this phase the following activities will occur: Developmental Test &Evaluation (DT&E), man-rating, safe-to-fly certification, Operational Testing &Evaluation (OT&E), technical data development, provisioning of spare parts, Functional Configuration Audit (FCA), Physical Configuration Audit (PCA) and Production Readiness Review. The Government will base its decision to enter production on the results of DT&E, OT&E, production readiness, and system affordability. We anticipate a single award for the SDD/Production effort; production would be an option on the SDD contract. Cost As an Independent Variable (CAIV) principles will be used to meet technical requirements at a price the user is willing to pay. A small business set-aside is not considered appropriate for this program effort. Teaming or partnering within industry allows for the most promising technical design and expertise. Please indicate how teaming or partnering will be considered in your approach. The SDD contract will feature cost-reimbursement contract type with a cost-plus award fee (CPAF) pricing arrangement. Production is anticipated to be Firm Fixed Price options.
- Record
- SN00069520-W 20020503/020501213301 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |