Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2003 FBO #0618
MODIFICATION

A -- ASC/AA OMNIBUS IDIQ TASK ORDER CONTRACT

Notice Date
8/7/2003
 
Notice Type
Modification
 
Contracting Office
Bldg 28 ASC/LPKC 2145 Monahan Way Wright-Patterson AFB OH, 45433-7017
 
ZIP Code
45433-7017
 
Solicitation Number
F33657-03-R-0012, F33657-03-R-0013
 
Response Due
9/5/2003
 
Point of Contact
Marciana Bain,(937) 255-3385 ext. 3110
 
E-Mail Address
Email your questions to marciana.bain@wpafb.af.mil
(marciana.bain@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PART: U.S GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT, AND MATERIAL CLASSCOD: 16-AIRCRAFT COMPONENTS AND ACCESSORIES?POTENTIAL SOURCES SOUGHT OFFADD: ASC/AA, 2145 MONAHAN WAY, WRIGHT- PATTERSON AFB, OH 45433-7017 SUBJECT: ASC/AA OMNIBUS IDIQ TASK ORDER CONTRACT SOL: N/A DUE: Written responses to this sources sought synopsis should be submitted no later than (30) thirty calendar days from the publication date of this notice. Technical Point of Contact: Mr. Brian Hicks, phone: (937) 255-7210, ext. 3911, email: brian.hicks@wpafb.af.mil. DESC: Sources sought for OMNIBUS IDIQ TASK ORDER CONTRACT, POC: Ms Marciana Bain, CONTRACT NEGOTIATOR, phone: (937) 255-3385 ext. 3110, email: Marciana.bain@wpafb.af.mil, Ms Norma Weikert, CONTRACTING OFFICER, phone: (937) 255-3385 ext. 3106, email: Norma.weikert@wpafb.af.mil. (This is not a Research and Development (R+D) announcement). The United States Air Force (USAF) is seeking interested sources regarding a requirement for capability to rapidly address requirements to affect Enterprise Solutions for all Air Force and DoD Aeronautical platforms. The objective is to provide quality and timely information to support rapid decision analysis, increase platform awareness, affect technology solutions and shorten the decision cycle required to support execution of joint platform integration for all DoD Aeronautical platforms. A goal of this effort is to modernize and improve the business practices supporting aeronautical systems to establish an enterprise-wide capability. The sponsoring activity is Aeronautical Systems Center, Aeronautical Enterprise Program Office, Aging Aircraft Division, Wright- Patterson Air Force Base, OH. The purpose of the IDIQ Omnibus Contract is to provide the USAF/Joint Services with the capability to have the flexibility to rapidly generate task orders to: 1. Perform studies and analyses addressing multiple aircraft to include: a. Performing Front End Evaluations b. Performing Technology/Product Evaluations c. Performing Technology Assessments and Forecasts d. Performing Integrated Risk Management Assessments e. Performing Supportability Analyses f. Performing Aircraft Data Evaluations g. Performing Modeling and Simulation Analyses h. Performing Test Planning Activities i. Performing Economic Analyses to include Total Ownership Costs and/or Life Cycle Costs 2. Perform Cross-Platform Functionality and Prototype Development from requirement definition through flight test Successful contractors will be required to: 1. Perform Tasks without Government Furnished Equipment or Property provided. 2. Obtain Government data if available. 3. Participate on the Joint Council on Aging Aircraft. 4. Maintain control of Program Execution elements. Interested companies must submit a Statement of Capabilities not to exceed twenty-five pages addressing the following areas: 1. Capability to provide all required technical data on affected Mission Design Series (MDS) platforms and include designated Platforms 2. A statement of Security clearance level. Top Secret co-lateral is anticipated to be the highest level of security required for this effort 3. Capability to rapidly analyze Aircraft requirements to affect Enterprise Solutions including non-Air Force specific platforms 4. Ability to perform Cost and Schedule Analyses and exercise Cost Schedule and Performance Control 5. Ability to demonstrate Systems integration across the aircraft fleet 6. Capability to produce technically competent analyses on the multiple areas covered in the Purpose statement (#1 above) 7. Description of previous or current experience in cross-platform technical solutions 8. Capability to provide the required human resources needed to perform several tasks concurrently Special Note: This Sources Sought Synopsis is part of the Acquisition Market Research Analysis and will be used to determine the basis for any competitive aspects of the acquisition. Accordingly, each respondent is requested to clarify whether any teaming arrangements are contemplated (including Small and Small Disadvantaged Business participation). Based upon receipt of responses and analysis, a determination will be made to ascertain the Government position of sole source versus a competitive solicitation. THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. This is a market research tool to determine the availability and adequacy of potential sources. Firms responding to this announcement should indicate their size, particularly if they are a small business, a socially and economically disadvantaged business, a woman-owned business, a HUB zone small business concern, a minority institution, and should also indicate if the firm is foreign-owned. The North American Industry Classification System (NAIC) code 336413, Aircraft Parts and Auxiliary Equipment applies to this acquisition with a size standard of 1,000 employees. Interested sources are encouraged to first register as a source on the PIXS Web Site (www.pixs.wpafb.af.mil). In addition, interested sources must respond with a complete capability/qualification package describing their technical expertise and experience, personnel and facilities. The response should also identify key technical risks, issues, and any partnering arrangements that may be considered. All parties are asked to provide a telephone number, an e-mail address, and a facsimile number in their response. Information marked ?Proprietary? will be protected and will not be divulged unless mandated by existing laws. This information should be sent to ASC/LPKC, 2145 Monahan Way, Wright-Patterson AFB OH 45433-7017 not later than (30) thirty days from the publication of this notice. The point of contact is Ms Marciana Bain, (937) 255-3385 ext. 3110. Any non-technical and/or contractual questions should be referred to the above individual. Technical questions can be directed to Mr. Brian Hicks, (937) 255-7210 ext. 3911. For more information on OMNIBUS--ASC/AA OMNIBUS IDIQ TASK ORDER CONTRACT please refer to http://www.pixs.wpafb.af.mil/pixslibr/OMNIBUS/OMNIBUS.asp
 
Web Link
OMNIBUS-ASC/AA OMNIBUS IDIQ TASK ORDER CONTRACT
(http://www.pixs.wpafb.af.mil/pixslibr/OMNIBUS/OMNIBUS.asp)
 
Place of Performance
Address: Multiple places of performance will be required. Place of performance will be specified in each individual order.
Zip Code: N/A
Country: USA
 
Record
SN00394930-W 20030809/030807213543 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.