SOLICITATION NOTICE
K -- No NOUN on LISTK database
- Notice Date
- 2/22/2007
- Notice Type
- Solicitation Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DEPARTMENT OF THE AIR FORCE; 508 MASSG/PK;6072 FIR AVENUE BLDG 1233; HILL AIR FORCE BASE; UT; 84056
- ZIP Code
- 84056
- Solicitation Number
- FA8223-07-R-20378
- Response Due
- 3/13/2007
- Archive Date
- 7/8/2007
- Small Business Set-Aside
- N/A
- Description
- Electronic procedure will be used for this solicitation. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. See Note(s) 22. KC-135 ATS Synopsis NAICS Code: 336413 Pre-Solicitation Synopsis This notification replaces a Synopsis originally published at the OO-ALC/PK public website 12 Sep 2005, which was issued under the restrictions of the Training Systems Acquisition II (TSA II) ID/IQ Multiple Award Ordering Contract (MAC). That notice is replaced with the following: The KC-135 Aircrew Training System (ATS) Acquisition Team is planning to solicit a proposal and award, on a sole source basis, a Firm-Fixed Price extension to the existing contract, F33657-91-C-0072, to Flight Safety Services Corporation (FSSC). This contract is currently scheduled to expire in Sep 2007. This award means the current incumbent contractor will continue the broadly scoped Contractor Logistics Support (CLS) support encompassed by the existing contract. The extension will be awarded as soon as is practical and will include one additional base-year with two additional one-year options (total 3 added years). This action effectively postpones re-competition for a follow-on CLS Contract until the FY2010 timeframe. This proposed action necessitates seeking authority under a Sole Source Justification as per FAR Part 6.302-1. Current CLS activities being performed by FSSC includes daily operation and maintenance of 19 OFTs, 2 Boom Operator Part Task Trainers (BOPTTs) and numerous other trainers required for academic and hands on training required for KC-135 Aircrew Training. CLS also includes daily operation of the Training System Support Center (TSSC) and instruction for KC-135 Aircrews. Global Air Traffic Management (GATM) is being integrated into all OFT's allowing training to be conducted in both Block 30 and Block 40 configurations. Courseware and software is being upgraded to include new and revised lessons for aircrew students. The KC-135 ATS program faces a confluence of events in the next four years that compel bold proactive management to ensure vital and flexible training continues at peak production levels required by the user without any loss of training or negative impact to the final phase of the GATM modification integration. USAF KC-135 aircrew training requirements have driven formal training to peak production rates. Production rates will continue at peak levels through at least the end of FY08 as projected by the lead (AMC) and seven user commands. Under the existing CLS contract, FSSC is responsible for maintaining current student pilot production and GATM hardware and software integration to support the Block 40. FSSC is responsible for the GATM courseware development and integration into the ATS. No other company can perform CLS and sustain the current pilot production requirement while performing the transition to Block 40 without some loss in student production. Currently, with FSSC responsible for both the transition of GATM and performing CLS, they are able to effectively manage both efforts without impacting student production or critical GATM implementation. If a new contractor is selected to perform CLS during this three year period when GATM courseware is being developed by FSSC it would most likely result in mission failure for the KC-135 ATS. Services under the extension to the contract would encompass the same broadly scoped comprehensive baseline Operations and Maintenance (OM&S) Support engendered in the current contract, as well as, the following potential upgrades/additional requirements: - Standup and integration of the new Boom Operator Weapons System Trainer (BOWST) into the training system - Integration of Distributive Mission Operations (DMO) kits and capability for local training into all 19 Operational Flight Trainers (OFTs) - Integration of Visual Threat Recognition and Training (VTRAT) capability into the ATS - De-commissioning of the single E-model WST at Scott AFB, Illinois - Possible relocations of five of the 20 major KC-135 simulators, training assets, and instructor training teams during this timeframe FSSC is the only source which can continue support under this extension, sustaining vital levels of student production while accomplishing delivery and integration of the final phase of the GATM effort, (development and delivery of GATM courseware into the Altus formal school house). Delivery and integration of the final phase of the GATM effort will result in a stable ATS baseline with data for interested bidders to review in preparing proposals for re-competition in the FY2010 timeframe. It is anticipated the data will be available by May 2009, at which time a Request for Proposal (RFP) for re-competition will be released by the government. Under this plan, an atmosphere conducive to expanded competition with manageable risk will be accessible. The Air Force program team seeks comments and information we may be unaware of in regards to this plan. Responses are required no later than 13 Mar 07. Comments and questions should be directed to the following e-mail address: Lance.hardman@hill.af.mil
- Record
- SN01236816-W 20070224/070222220654 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |