|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 17,1995 PSA#1453Directorate Of Contracting/Bldg 1233, Oo-Alc/ 6072 Fir Avenue, Hill Air
Force Base, Ut 84056-5820 R -- F-16 SOL F42620-96-R-AAAAC POC For copy, PKX-2/Pamala
Chaffee/(FAX)801-777-7522, For additional information contact Lance
Hardman/Lfks/(801)777-6879 The following is provided for purposes of a
market survey of industry. It is not a formal Request For Proposal
(RFP). Responses to this publication are elicited to provide comment
and to identify sources who believe they may have the comprehensive
knowledge, skills, and capacity to meet the Air Force's overall
requirement for implementing a long-term engineering support program
for continuing quality long-term engineering sustainment of F-16 radar
systems in the post-production environment through the year 2020 and
beyond. The post-production program will support U.S. Air Force (USAF),
European Participating Air Forces (EPAF), and Foreign Military Sales
(FMS) customers for radar system sustainment following completion of
USAF and later FMS F-16 aircraft production contracts (radar equipment
provided to aircraft production contracts at LFWC to date has been as
GFP for ''production install''). The Air Force acquisition team, under
the auspices of the Falcon 2020 review program, is pursuing a sole
source justification to solicit the Westinghouse Electric Corporation,
Aerospace Division, Electronic Systems Group, (the F-16 Radar Prime
contractor) as the only qualified source to provide these engineering
services. Continuous day to day support including on-call technical
expertise, telephone support, temporary on-site support, long-term
on-site support (at Hill AFB) and specialized laboratory support for
resolution of specific problems and the flexibility to obtain major
technical and programmatic support to be defined is also required.
Post-production technical and programmatic support is required in the
form of specialized expertise, equipment, configuration management,
data, and tooling required to provide essential services for continued
support for F-16 radar systems. Support will be required in the areas
of 1) radar system engineering and technical support, 2) system, item
and material support and services, 3) test and evaluation, 4)
industrial base, and 5) programmatics and configuration management. The
Government intends to provide for equitable allocation of cost share
for a quantifiable ''core requirement'' (inrastructure) and additional
support as required, amongst applicable customers without duplication
of effort while at the same time minimizing government and industry
resources required to administer the program. Applicable federal supply
group: R414, engineering services. Program management responsibility
will be provided by OO-ALC/LF and the F-16 System Program Office (SPO).
The contract will be managed by OO-ALC/LFKS with administration
responsibilities delegated as applicable. Obviously, extensive
experience with the F-16 aircraft and it's radar systems or other major
fighter weapons system radar is mandatory. Past performance will be
evaluated at a level at least equal to price in accordance with latest
DOD ''Streamlining'' procedures. Subject to Government verification
and in accordance with criteria to be detailed in the RFP, the
successful offerer will also be expected to demonstrate in their
proposals that they meet high standards for (1) knowledge and
understanding ofthe requirement, (2) facilities, employees with
satisfactory qualifications, databases and other resources reflecting
readily discernible capability and adequate capacity, (3) effective
purchasing systems, materials management, access to parts suppliers as
required, and viable subcontracting relationships or teaming concepts
as required, (4) and appropriate management and engineering expertise
to meet the technical capability required. Demonstration of these and
other capabilities in areas to be defined at the discretion of the Air
Force requiring activity may be detailed in the yet-to-be-released RFP.
Potential offerors may identify their interest and submit documentation
as to their general qualifications per the above within 15 days to
OO-ALC/LFKS, Bldg 1233, 6072 Fir Avenue, Hill AFB, UT 84056-5820, Attn:
Lance S. Hardman, Contracting Officer. Requests for further information
regarding this announcement should be directed to the contracting
officer. Only written responses received directly from the requester
will be acceptable. Each will receive a written response. (0286) Loren Data Corp. http://www.ld.com (SYN# 0059 19951016\R-0010.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|