|
COMMERCE BUSINESS DAILY ISSUE OF JULY 21,1998 PSA#2141Department of the Air Force, ASC/GR, 2590 Loop Rd West, Bldg 558,
WPAFB, Ohio 45433-7205 16 -- C/KC-135 REDUCED VERTICAL SEPARATION MINIMA (RVSM) PROGRAM POC
Contact Mr. Bill Oswald, Contracting Officer, (937)255-1572 FAX
(937)255-7772, e-mail kc135rvsm@c17.wpafb.af.mil WEB: KC-135 RVSM,
http://www.pixs.wpafb.af.mil/pixslibr/kc135rvsm/kc135rvsm.asp. E-MAIL:
KC-135 DSO, kc135rvsm@c17.wpafb.af.mil. The KC-135R Development System
Office is surveying the market to identify potential sources to
fabricate, assemble, and test approximately 580 C/KC-135 Reduced
Vertical Separation Minima (RVSM) kits per Government provided
data/drawing package. The C/KC-135 RVSM kit contractor will be required
to deliver kits at an anticipated delivery rate of 15 per month
beginning in July 1999. In addition, first article/kit proof will be
required. The C/KC-135 RVSM kit consists of an air data computer, two
altimeters, four pitot tubes, mounting devices, cables, connectors, and
hardware. Government provided data will specify a flight tested and
certified air data computer, altimeters and pitot tubes for procurement
by the RVSM contractor. The contractor will be required to fabricate
mounting devices and cables per the Government provided data. The
contractor will be responsible for the shipment of RVSM kits to
specified CONUS locations. Additionally, the contractor will be
required to provide on-site technical assistance to resolve any defects
in early production RVSM kits. RVSM kits will be installed on C/KC-135
aircraft and related training devices through existing Government
modification and maintenance programs. Therefore, it is anticipated kit
installation will not be part of this effort. We expect that a
firm-fixed price supply contract using FAR Part 12 commercial
procedures with fully funded annual production options will be issued.
Specific technical data and spare parts will be required. This notice
is for planning purposes only. This notice is not a request for
proposal (RFP), and shall not be construed as an obligation on the part
of the Government to acquire any part or all of the KC-135R
modifications or otherwise pay for the information requested and
furnished. The USAF to ascertain and develop technical and programmatic
acquisition approaches and/or strategies may use the information you
provide. Data obtained from this request will be considered and may be
used for advance planning, program phasing, and the definition of
tailored technical requirements. Identification of the contributing
companies will not be divulged outside the Government. However, the
Government reserves the right to use, in whole or part, any industry
information received as part of a future acquisition strategy.
Information you provide will not be used as a criteria for the
prequalification of respondents for future solicitations. Information
about the KC-135 RVSM Program will be provided at the KC-135 RVSM PIXS
site at http://www.pixs.wpafb.af.mil/pixslibr/kc135rvsm/kc135rvsm.asp
as it becomes available. The Government will use this site as its
primary means of communicating with industry. For planning purposes: a
draft RFP should be released by September 1998. A pre-solicitation
conference is tentatively planned for September 1998. Contract award is
scheduled for January 1999. Interested respondents are requested to
submit a Statement of Capability (SOC) that demonstrates the capability
to support the requirements detailed above. The SOC should include the
following information: 1. Company name, address, point of contact,
telephone number and e-mail address. 2. Discussions of specific,
similar aircraft modification kit production, management, and
transportation experience. 3. Business size. (small business size
standard is 1000 employees. SIC Code 3728). The SOC must be received
not later than 14 days after the date of this notice Mr. Stephen J.
Plaisted has been appointed as Ombudsman to hear concerns from
offerors, or potential offerors, during the proposal development. The
purpose of the Ombudsman is to communicate contractor concerns, issues,
disagreements, and recommendations to the appropriate government
personnel. Existence of an Ombudsman does not diminish the authority of
the program director or the contracting officer. Accordingly, the
Ombudsman does not participate in the preparation of solicitations, the
evaluation of proposals or the source selection process and, therefore,
for routine matters on individual solicitations, please contact Bill
Oswald, Contracting Officer, at (937)255-1572. When requested the
Ombudsman will maintain strict confidentiality as to the source of the
concern. Should you desire to contact the Ombudsman, Mr. Plaisted can
be reached at (937) 255-9095. All responsible sources may submit a
response. Industry responses to this notice should be submitted to Bill
Oswald, ASC/GRR no later than 14 days from the date of this CBD notice.
Posted 07/17/98 (W-SN224858). (0198) Loren Data Corp. http://www.ld.com (SYN# 0296 19980721\16-0011.SOL)
16 - Aircraft Components and Accessories Index Page
|
|