Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 5, 2001 PSA #2971
SOLICITATIONS

R -- F-16 ENGINEERING SUPPORT FALCON 2020

Notice Date
November 1, 2001
Contracting Office
Department of the Air Force, Air Force Materiel Command, OO-ALC, OO-ALC/PKXD 6038 Aspen Ave (Bldg 1289), Hill AFB, UT, 84056
ZIP Code
84056
Solicitation Number
F42620-02-R-63578
Response Due
December 19, 2001
Point of Contact
Ramon Castillo, Contracting Officer, Phone 801-777-5965, Email ramon.castillo@hill.af.mil
Description
This is for the formal synopsis for F42620-02-R-63578. In the Commerce Business Daily announcement of 27 Feb 01, reference F42620-01-R-AAAR, the United States Air Force (USAF) issued a market survey of industry. The USAF now announces its intent to acquire F-16 post production engineering support at the overall weapon system level using the Integrated Process Team (IPT) approach with Lockheed Martin Aeronautics in Fort Worth TX. This action will develop an Indefinite Delivery Indefinite Quantity (IDIQ) contract. This is under the auspices of the Falcon 2020 program, which is the Air Force?s overall plan for implementing long-term engineering support and quality long-term sustainment for the F-16 weapon systems in the post-production environment through the year 2024. The post-production support contract will support the United States Air Force (USAF), European Participating Air Force (EPAF), and Foreign Military sales (FMS) customers, for system sustainment. Falcon 2020 will also cover FMS source directed repairs, modifications and acquisition development programs. The contract will establish an ordering period for delivery order issuance from the date of award through 28 Feb 2024. Continuous day to day support including on-call technical expertise, telephone support, temporary on-site support, long-term on-site support and specialized laboratory support for resolution of specific problems and the flexibility to obtain major technical and programmatic support to be defined will be acquired. Flight Test support and Technical Order Maintenance (TO) support will also be acquired. Support will be located at Lockheed Martin Aeronautics Fort Worth Texas facility, on-site at Hill Air Force Base, at Edwards Air force Base with support and potential travel as required at many other world-wide locations. Post-production technical and programmatic support will be acquired in the form of specialized expertise, equipment, configuration management, data and tooling required to provide essential services for continued support for the F-16 weapon system. Support will be acquired in the areas of 1) weapon system engineering, and technical support, 2) system, item and material support and services, 3) test and evaluation, 4) industrial bases, 5) programmatic and configuration management including TO maintenance and, 6) flight test support to sustain test operations. The Government intends to provide for equitable allocation of cost share for a quantifiable ?Core Requirement? (infrastructure) 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. Program management responsibility will be provided by Ogden Air Logistics Center (OO-ALC/YP) and the F-16 System Program Office (SPO). The contract will be managed by OO-ALC/LGKF with administration responsibilities delegated as applicable. The successful offeror will meet high standards for (1) knowledge and understanding of the requirement, (2) facilities, employees with satisfactory qualifications, databases and other resources reflecting readily discernable 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. =20 Requests for further information regarding this announcement should be directed to the contracting officer at OO-ALC/LGKF, Bldg 1233, 6072 Fir Ave, Hill AFB, UT 84056-5820, Attn: Ramon Castillo/801-777-5965. Only written responses received directly from the requester will be acceptable. Each will receive a written response. The approximate issue/response date will be 18 Dec 01. To: Lockheed Martin Aeronautics, Forth Worth TX 76101-0748. No telephone requests. =20 Authority: 10 U.S.C. 2304 (C) (1). Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability or respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A Determination by the Government not to compete this proposed contract based upon responses tot this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. =20 It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firms(s) listed. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreement, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call Roger Porter if your concerns are not satisfied by the contracting officer (801)777-6991. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contract award or payment from any DOD activity. Information on registrations and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr2000.com
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFMC/OOALC/F42620-02-R-63578/listing.ht ml)
Record
Loren Data Corp. 20011105/RSOL006.HTM (D-305 SN512110)

R - Professional, Administrative and Management Support Services Index  |  Issue Index |
Created on November 1, 2001 by Loren Data Corp. -- info@ld.com