|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 6,1995 PSA#1257Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air
Force Base, Ut 84056-5825 J -- MODIFICATION OF EQUIPMENT SOL F42630-95-R-2025D POC For copy,
Brent Parrish/Ccc/(801)777-0187, For additional information contact
Brent Parrish/Ccc/(801)777-0187 This is a Sources Sought Synopsis for
electronic issuance of a draft request for proposal (DRFP). The
Aerospace Guidance and Metrology Center (AGMC), Newark AFB, OH will
close 1 Oct 96. The Air Force intends to contract the existing workload
under a Privatize in Place (PIP) arrangement. PIP requires the
successful offeror(s) to perform the workload in the existing
facilities, however, a proposal for a single contract for the total
workload to be accomplished at contractors' facilities will be
considered. If workload is to be performed at other than AGMC
facilities, multiple contracts are not acceptable. The Air Force
anticipates the property and facilities will be transferred to a Local
Redevelopment Authority (LRA). The LRA will lease the facility and
provide common services to the successful offeror(s). The metrology
portion of the requirement may be awarded separately. The AGMC workload
includes repair of Aircraft Inertial Navigation Units (INU), Minuteman
and Peacekeeper Intercontinental Ballistic Missile (ICBM) Guidance
Systems, other Air force and Interservice INU and electronic equipment,
and calibration and technical order development services for the
metrology workload. The Air Force anticipates a multiple year contract
with full and open competition using source selection procedures. The
Air Force will provide the existing technical data package ''as is'',
consisting of: government owned drawing, technical orders, unit
technical manuals and specifications. Available Government Furnished
Property (GFP) will also be furnished. The data is not warranted by the
government as being either complete, accurate or current or suitable
for the intended purpose of performing the requirements covered by this
synopsis. The contractor(s) assumes the entire risk regarding the
adequacy of the technical data that is furnished for whatever use it
may serve in the preparation of any proposal and in the performance of
the contract. Some proprietary data may be required to accomplish
repairs. The contractor will be required to negotiate an agreement with
the data owner for use of their data. Detailed process instructions are
not available for all repair processes. The contractor shall be
responsible for providing technical expertise in lieu of receiving
detailed process instructions. A Bidders Library will be established at
AGMC for review by offerors for proposal preparation purposes. The
successful offeror for the repair workload shall: (1) Receive, fault
detect, fault isolate, disassemble, repair, assemble, integrate, test,
package, and ship components, assemblies and instruments that comprise
the Aircraft, ICBM and Interservice end items; (2) Maintain and
calibrate all government furnished support equipment; (3) Provide
parts, materials, and consumables not available from government sources
to perform the required repair, including the ability to manufacture
and/or reverse engineer obsolete parts, low usage items, and other
parts specified by the Air Force; (4) Provide engineering support
required to perform repair, maintain GFE, and maintain software; (5)
Form agreements with Original Equipment Manufacturer(s) for access to
required data; (6) Obtain and store parts that meet all performance,
reliability, nuclear survivability, hardness, and configuration control
requirements; (7) Conduct closed loop failure analysis and implement
corrective action; (8) Operate and maintain existing government data
systems; (9) Input repair data; and (10) Maintain data systems
interfaces. Examples of repair include: F-5 DG 19005-1C, F-4 DG 2171AB,
E-3/T-43 DG 2171AB1, A-10/C-141 DG 7901A, B-52 DG 7901-G2, F-15 DG
CN-1375, B-1B DG B- 1/INU/modules,
F15/F16/C-130/A-10/F-4/MH-53/MH/N-60/F-111/F-117 RLG, ACM INU/Sensor,
ACM NCS, C-5/C-141/KC-135 Carousel, F-117 MAX1-GEANS, B-52 SPN/GEANS,
KC-135 LN-20 Gyro, A-10/F-16 LN-39, KC-135/C-141 FSAC, F-16 SKN- 2416,
ATS ADINTS, F-111 DG SR-2/N-16 IRU/G9 Gyro/VM-8, Army LN-15, Jeep
Pads, Ships DMINS, Submarine ESGN, Navy WSN-2, C-130 special purpose
SPA, Minuteman III NS-20 and Peacekeeper NS-30 guidance systems and
associated shipping and storage containers. The contractor shall meet
all system specific requirements to include: (1) conduct repair in a
controlled area; (2) maintain clean rooms; (3) maintain Personnel
Reliability Program (PRP) certified personnel; (4) maintain two- person
concept control of all critical components; (5) Operationally certify
ICBM guidance systems in accordance with a Director of Nuclear Surety
approved plan; (6) maintain classified storage; (7) maintain storage
areas with maximum protection against loss, damage, and adverse
environmental conditions. Security requirements range from Unclassified
to Top Secret. Foreign participation in ICBM guidance repair is not
authorized. The successful offeror for the metrology workload shall be
responsible for: (1) Calibration of standards; (2) Acceptance testing
of calibration equipment; (3) providing technical assistance; (4)
Laboratory inventory actions; (5) Specialized measurements in support
of Air Force Program Offices and Research & Development Labs; (6)
Preservation, packaging, and transportation; and (7) Development and
revision of calibration Technical Orders and Technical Changes (8)
Comply with the Air Force Metrology and Calibration (AFMETCAL) quality
and facility requirements and will be subject to government
certification every 24 months. The successful offeror must possess or
be able to obtain the following: (1) Technical experience in high
precision, pure inertial guidance systems based on gimballed spinning
mass inertial instruments; (2) Obtain the data or demonstrate knowledge
base to enable performance with the existing data package; (3)
Technical experience in operation a primary level metrology standards
laboratory and development of technical manuals. The calibration
workload is at the Primary Standards laboratory level only one step
remove from the national Institute of Standards and Technology (NIST).
Additionally, the successful offeror shall be required to directly
interface with government AFMETCAL management personnel residing at the
Newark facility. The draft solicitation is expected to be ready for
issuance on or about 17 Jan 95. A presolicitation conference is
anticipated for approximately two weeks after release of the draft RFP.
Portions of the draft RFP are available on the electronic bulletin
board at Electronic Systems Center, Hanscom AFB, MA. In order to keep
our reproduction and postage costs to a minimum, we would appreciate it
if you would only request a hard copy of the solicitation if you do not
have capabilities to receive information from the bulletin board. We
will only issue hard copies to those specifically request it. Submit
written notification of interest within 12 days of publication of this
notice to: OO-ALC/CCT, 6038 Aspen Ave, Hill AFB, UT 84056-5805, Attn:
Brent Parrish, Contracting Officer. The phone number for the bulletin
board is (617)274-0500. After the bulletin board responds, log into
HERBS. The project name is ''AGMC Workload Transition''. The point of
contact for bulletin board problems is Capt. Robinson, (617)377-5346.
The final solicitation for these requirements is planned to be issued
approximately 11 Apr 95. (0004) Loren Data Corp. http://www.ld.com (SYN# 0043 19950105\J-0011.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|