COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 17, 2000 PSA #2729
SOLICITATIONS
10 -- B-ONE NEXT ENHANCEMENT (BONE) CONTRACT
- Notice Date
- November 15, 2000
- Contracting Office
- Bldg 556, 2690 Loop Rd, West, Wright-Patterson AFB, OH 45433-7221, 45433
- ZIP Code
- 45433
- Solicitation Number
- F33657-B-One Enhancement Contract
- Response Due
- December 1, 2000
- Point of Contact
- Crystal Slasor,(937) 656-5075
- E-Mail Address
- crystal.slasor@b1b.wpafb.af.mil (crystal.slasor@b1b.wpafb.af.mil)
- Description
- Background "The B-1 System Program Office (ASC/YD) contemplates awarding contract(s) for flexible acquisition and sustainment of the B-1 weapon system. This effort includes assuming Total System Performance Responsibility for the current B-1 weapon system baseline and will include future enhancements or improvements. The flexible acquisition and sustainment for the B-1 weapon system will contain multiple contract types at the contracts line item level (e.g., cost-plus incentive fee, firm fixed price, time & materials, etc.) to accommodate a wide range of potential tasks. The estimated minimum/maximum amount for the flexible sustainment is anticipated to be $1000/$1.2B. Contract efforts are subject to FAR 52.232-18 availability of funds. Anticipated award date is 1 Jan 02 for a portion of the effort contemplated herein. Contract(s) may include level of effort and discrete tasks for enhancement and sustainment activities to support product support, sustaining engineering, software support, technical orders, Diminishing Manufacturing Sources (DMS) support, Program Depot Maintenance (PDM), initial spares and support equipment as well as enhancements or improvement efforts for upgrades to the weapon system. The requirements for this acquisition are further defined in terms of functions to be performed relative to the flexible acquisition and sustainment for the B-1 weapon system. Sufficient capability must exist to perform at a minimum the following related tasks: Provide interim contractor repair on programmed and known/unknown non-programmed B-1 weapon system items identified for repair/modification. Product support requires the contractor to identify, evaluate and recommend solutions to resolve B-1 weapon system hardware and software technical and supportability anomalies, deficiencies, and problems. Integrate hardware modifications with software and testing to verify adequate proposed engineering problem solutions. Provide software support efforts required to analyze software change requests, field anomalies, and software block changes. Software block changes include requirement development, design, code, test and integration, administrative support, interfacing to flight test, firmware manufacturing, and retrofit processes. Efforts for mission planning systems, B-1 Training System, and associated ancillary equipment include identifying and evaluating impacts to those systems resulting from air vehicle anomalies, field anomalies and software block changes. Develop and maintain B-1 system related technical orders as required. At a minimum provide maintenance of the Boeing-developed Paperless CDRL Delivery System (PCDS) database for Government to access all B-1 program data electronically. Perform weapon system enhancements or improvement efforts to support at a minimum all B-1 weapon system upgrades including development, test, production, retrofit modifications and related training. Production efforts will encompass aircraft, weapon launcher, support equipment, technical data and spares necessary to provide enhancements or improvements to the B-1. The Government cannot predetermine at the project level the precise B-1 aircraft flexible acquisition and sustainment requirements or improvements to be acquired. The B-1 SPO is surveying the market to determine if any sources are qualified to perform all of the aforementioned requirements for this contract(s). Qualified sources must have in-depth knowledge of the B-1 aircraft design and have the existing capability to perform all the stated requirements commencing 1 Jan 02. Interested sources must submit the following information for Government evaluation: (a) Description of existing weapon system experience relative to flexible acquisition and sustainment support activities to include an outline of previous work performed; (b) Description of capability to design, develop, integrate, fabricate, test, install and support improvements to weapon systems. This description shall include the contractor's capability to provide for the security of classified and unclassified hardware and storage/handling of documentation up to the SECRET CLEARANCE level and SINGLE INTEGRATED OPERATIONAL PLAN (SIOP) levels. Minimum personnel security clearance requirements for this effort are SECRET; (c) Qualifications of lead management and engineering personnel projected to work on this contract (to include education, background, accomplishments, and other pertinent information relevant to the tasks outlined above); (d) Organizational structure, with emphasis on how this program fits into the overall company's weapon systems sustainment process; (d) Information on existing plant, laboratory, test and production facilities needed to accomplish these requirements, including TEMPEST facilities needed to develop and test hardware and software; (f) Any deficient capability and a proposed fix to those deficiencies; (g) If subcontractors are to be utilized, similar information as requested above for the prime contractor is required for each identified subcontractor. The SIC Code for this acquisition will be 336411. See Note 22. Interested sources shall include their Size and CAGE code in the information provided. Interested firms should submit sufficient information which will permit evaluation of technical capabilities in writing or electronically to ASC/YDI, Attn: Mrs. Crystal Slasor, Bldg 556, 2690 Loop Road, West, Wright-Patterson AFB OH 45433-7221 within 15 calendar days from the date of this announcement. An electronic transmission in Microsoft Office 98 compatible format is acceptable and can be sent to email address: crystal.slasor@b1b.wpafb.af.mil or vicki.diaz@b1b.wpafb.af.mil. An Ombudsman has been established for this acquisition. "
- Web Link
- B1BENHANCE-B-One Next Enhancement (BONE) Contract (http://www.pixs.wpafb.af.mil/pixslibr/B1BENHANCE/B1BENHANCE.asp)
- Record
- Loren Data Corp. 20001117/10SOL007.HTM (D-320 SN5067J3)
| 10 - Weapons Index
|
Issue Index |
Created on November 15, 2000 by Loren Data Corp. --
info@ld.com
|
|
|
|