|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 26,1996 PSA#1729ASC/YPKKB, 1981 Monahan Way, Bldg 12, Wright-Patterson AFB, OH 45433-
7205 16 -- NIGHT VISION (NVIS) GOGGLE COMPATIBLE AIRCRAFT LIGHTING KITS SOL
F33657-97-R-0010 POC Captain James B. Smith, (937) 255-6581/Contracting
Officer, Gene D. Smith II, (937) 255-0723. The F-16 System Program
Office, ASC/YPKKB, intends to issue RFP F33657-97-R-0010 for
competitive procurement of Night Vision (NVIS) Goggle Compatible
Aircraft Lighting Kits for all USAF, AFRES, and Air National Guard
F-16C/D models. Several F-16 FMS countries have expressed an interest
in obtaining NVIS lighting kits to modify their F-16. However, there
has been no formal request to date and the level of FMS interest is
unknown at this time. The kits delivered as a result of this RFP will
be based on NVIS lighting modification kits developed by Control
Products Corporation (CPC) for the Block 25/30/32 F-16C model aircraft
under contract to the F-16 Management Directorate at Ogden Air
Logistics Center (OO-ALC/LF). Changes to the CPC developed kit must be
form, fit, and function replacements. A reprocurement data package
will be available for the CPC developed Block 25/30/32 F-16C model kit.
At a minimum, interface data will be available describing the
differences between the Block 25/30/32 C Model and D Model and the
differences between the Block 25/30/32 and the Block 40/42/50/52 F-16
C and D models. The winning contractor may be required to develop and
integrate the kits for Block 25/30/32 D model and 40/42/50/52 C/D model
aircraft. First article demonstration will be required for each kit.
Current government plans are for the kits delivered as a result of this
acquisition to be installed either at the government's F-16 depot or by
field team from the F-16 depot. Delivery of the first Block 25/30/32 C
model kits will be required no later than 31 Mar 98. Initial
procurement is anticipated to be for 48 Block 25/30/32 C model kits and
first article demonstration kits for the Block 25/30/32 D model and
40/42/50/52 C/D model F-16 aircraft. We anticipate annual options to
procure additional kits beginning in FY 98 ending in FY 02. Required
kit production rates may be up to, but will not exceed, 35 kits per
month or 100 kits per quarter. The government reserves the right to
make multiple awards for this effort. Interested sources for this
contemplated acquisition must provide capability statements and include
in their response prior and current performance on similar efforts.
Respondents must provide proof of technical capability, to include
ability to build retrofit kits, test retrofit kits, and to qualify
parts for use on high performance jet aircraft. Respondents must
provide evidence of experience integrating similar types of equipment
onto High performance jet aircraft. Respondents must address their
methods of quality control, management oversight, and baseline
(drawing, specification, etc.) maintenance. Respondents must describe
any planned subcontracting/teaming arrangements. Respondents shall
indicate their business size (number of employees) under SIC Code 3728
to enable a small/small disadvantaged business determination.
Information in this synopsis is for planning purposes only. It does not
constitute an invitation for sealed bid or request for proposal (RFP),
nor is it to be construed as a commitment by the Government. Responses
shall be no longer than 30 double-spaced pages in length, with up to 5
additional pages of diagrams, as offerors deem necessary. General
company brochures are of no value in this response. Responses are
required 30 calendar days from publication of this notice. Direct all
requests concerning this acquisition to Captain James B. Smith,
ASC/YPKKB, 1981 Monahan Way, Building 12, Wright-Patterson AFB OH
45433-7205 at (937)255-6581. An ombudsman has been established for this
acquisition. The only purpose of the Ombudsman is to receive and
communicate serious concerns from potential offerors when an offeror
prefers not to use established channels to communicate his/her concerns
during the proposal development phase of this acquisition. Potential
offerors should use established channels to request information, pose
questions, and voice concerns before resorting to use of the Ombudsman.
Potential offerors are invited to contact ASC's Ombudsman Mr. Daniel L.
Kugel, Deputy Director, Systems Management, ASC/SY, Bldg 52, 2475 K.
Street, Suite 1, WPAFB OH, 45433-7642, at (937) 255-3855 with serious
concerns only. Routine communication concerning this acquisition should
be directed to the points of contact listed in item 11 above. (0327) Loren Data Corp. http://www.ld.com (SYN# 0153 19961125\16-0008.SOL)
16 - Aircraft Components and Accessories Index Page
|
|