Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 11, 2002 FBO #0040
SOURCES SOUGHT

15 -- F-22 Low Rate Initial Production (LRIP)Lot 4/5 and Upgrade/Flight Test Support

Notice Date
1/9/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
Reference-Number-F-22-LRIP-REDI
 
Response Due
2/8/2002
 
Point of Contact
Patricia Krabacher, Procurement Analyst (Location Aministrator), Phone 937-656-7491, Fax 937-656-7483, - Patricia Krabacher, Procurement Analyst (Location Aministrator), Phone 937-656-7491, Fax 937-656-7483,
 
E-Mail Address
patricia.krabacher@wpafb.af.mil, patricia.krabacher@wpafb.af.mil
 
Description
This announcement constitutes a Sources Sought Synopsis for two acquisitions. Detailed information on both the LRIP and REDI acquisitions can be found at: http://www.pixs.wpafb.af.mil/pixslibr/F22-LRIP-REDI. The F-22 System Program Office (SPO), Aeronautical System Center (ASC), is planning for the F-22 REDI Contract and the F-22 LRIP aircraft and associated equipment and program support for Lots 4 and 5. The F-22 aircraft blends low observability with advanced avionics, a highly maneuverable lightweight airframe, and the ability to supercruise. The F-22 is designed to detect, engage, and destroy an opposing force before detection. Further, the F-22 possesses air-to-air as well as air-to-ground capability. Lockheed Martin Aeronautics Company (LM Aero), Marietta, GA, is currently the prime contractor for the engineering and manufacturing development of the F-22 aircraft as well as the production of Production Representative Test Vehicles (PRTV), PRTV II, and LRIP Lots 1,2, and 3. Responsible sources are sought for follow on development and Lots 4 and 5. Offerors must provide written notice to the respective contracting officer of their interest and capability to satisfy the government requirement no later than 08 Feb 2002. The anticipated fifty-nine (59) aircraft (27 in Lot 4 and 32 in Lot 5) are a part of the LRIP phase of F-22 program with delivery dates beginning in November 2005 and continuing through October 2007. The responses for Lot 4, solicitation number F33657-02-R- 0010, and Lot 5, solicitation number F33657-02-R-0010, should be concise, program specific and include all areas: (1) possess program management, fabrication/assembly, and quality assurance personnel; (2) possess the material, engineering, factory and flight test equipment and physical facilities; (3) be a responsible contractor with demonstrated recent total aircraft system responsibility; (4) be capable of delivering qualified aircraft in accordance with the above schedule; and (5) include in their response this notice evidence of these capabilities. The offeror shall also indicate their size status in relation to NAICS 336411. Reprocurement data is not available. Note that the production of the supplies listed requires a substantial initial investment or an extended period of preparation for manufacture. Also, it is impractical to distribute the applicable specification with this market survey. These contract documents may be examined or obtained from ASC/YF, Building 553, 2725 C Street, Wright-Patterson AFB, OH, 45433. Additional information for Lots 4 and 5, please contact Pam Bickel, Contract Negotiator, ASC/YFK, (937) 904-5350 or Patti Blakely, Contracting Officer, ASC/YFK, (937) 904-5351. The REDI contract, solicitation number F33657-02-R-0009, will provide for the development of integrated software and hardware upgrades to the Lockheed Martin developed F-22 weapon system including flight test support at Edwards AFB, CA. Development of system upgrades include correcting existing defects, changing the system to incorporate new requirements, and changing the system to add capability and enhance performance. Lockheed Martin has been the sole designer, manufacturer and integrator of the F-22 weapon system since the program-s inception. Contractors interested in this effort must submit the following information for evaluation to the Government. Responses should be concise, program specific and include all areas: (1) description of existing F-22 or similar comparable weapon system experience in the integration and certification of software and hardware upgrades systems; (2) demonstrate management, logistics, engineering, manufacturing, quality assurance and flight test experience, and knowledge of embedded Air Vehicle systems with emphasis on operational safety, suitability, and effectiveness for air vehicle, support and training systems; (3) description of capability to design, develop, integrate, fabricate, test, and install modifications and enhancements including the contractor-s facilities and assets currently available to process classified up to the TOP SECRET clearance level; (4) qualifications of lead management and engineering personnel projected to work on this contraction to include education, background, accomplishments, and other pertinent information relevant to the task outlined above; (5) identification of the Software Engineering Institute (SEI) Capability Maturity Model (CMM) Level certification; (6) organization structure, with emphasis on how this program fits into the overall company-s weapon system integration and sustainment process; (7) demonstrate the ability to interact and coordinate with Air Combat Command, ASC, Air Force Materiel Command, and LM Aero as the total system integrator of the F-22 weapon system; (8) indicate the level and types of F- 22 technical data, analytical tools, and databases required to accomplish this effort; (9) indication of whether you are ISO 9000 and ISO 14000 certified or how you plan to achieve the certifications; (10) indication of large or small business in relation to NAICS 336411, size standard 1500 employees; (11) provide your plan for obtaining any required information from the current integrating contractor, LM Aero.If there are any questions with regard to the REDI contract please contact Jim Ehret, Contract Negotiator, ASC/YFK, (937) 904-5337 or Polly McCall, Contracting Officer, ASC/YFK, (937) 904-5340. An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call ASC-s Ombudsman, Michael Higgins, at (937) 255-6005 or e-mail michael.higgins@wpafb.af.mil. This synopsis is not to be construed as a commitment on the part of the Government to award a contract nor does the Government intend to directly pay for any information of responses submitted as the result of this solicitation.*****
 
Record
SN20020111/00012900-020110090237 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.