Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 23, 2005 FBO #1488
MODIFICATION

A -- Aging Aircraft Systems Acquisition Program (AASAP)

Notice Date
12/21/2005
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
ACSSW/ACS,bldg 28
 
ZIP Code
00000
 
Solicitation Number
FA8626-05-R-2080
 
Response Due
12/27/2005
 
Archive Date
5/2/2006
 
Point of Contact
Luke Schultz,937-255-3385 ext. 3111
 
E-Mail Address
Email your questions to luke.schultz@wpafb.af.mil
(luke.schultz@wpafb.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
12/21/05 Aging Aircraft Systems Acquisition Program (AASAP) Answers to questions have been posted. *********************************************************************************** ___________________________________________________________________________________ 12/20/05 Aging Aircraft Systems Acquisition Program (AASAP) The answer to question 40 has been revised. An amended RFP will follow to change the requirement back to "L15.0 Type size shall not be smaller than 10 point. Text lines shall be single-spaced at a minimum of 12 points spacing between lines. Question 40 REFERENCE: Section L15.0 Text, Pg. 6 DISCUSSION: Section L15.0 states ?Type size shall not be smaller than 10 point. Text lines shall be single-spaced at a minimum of 12 points spacing between lines.? QUESTION: Please clarify if the text lines should be single-spaced or double-spaced. A minimum of 12 point spacing between lines would be more than double-spaced. Answer 40 A minimum of 12 point spacing between lines is not greater than double-spaced. L15.0 Type size shall not be smaller than 10 point. Text lines shall be single-spaced at a minimum of 12 points spacing between lines. ************************************************************************************** ____________________________________________________________________________________ 12/19/2005 Aging Aircraft Systems Acquisition Program (AASAP) The RFP has been amended and answers to questions have been posted on PIXS. Listed below are the due dates: 1.) Reference L4.5 - Revised date for discrepancies/questions: 21 December 2005 2.) Reference L12.1 #1 ? Revised date for Past Performance: 27 December 2005 3.) Reference L12.1 #2 ? Revised date for completed proposal: 27 January 2006 If you have already submitted the Past Performance Volume and would like to resubmit it, please notify Luke Schultz in writing. ************************************************************************************ __________________________________________________________________________________ 12/16/05**Aging Aircraft Systems Acquisition Program (AASAP)** We are in the process of amending the RFP and finalizing the answers to questions we have already received. Listed below are the anticipated due dates: 1.) Reference L4.5 - Revised date for discrepancies/questions: 21 December 2005 2.) Reference L12.1 #1 ? Revised date for Past Performance: 27 December 2005 3.) Reference L12.1 #2 ? Revised date for completed proposal: 27 January 2006 If you have already submitted the Past Performance Volume and would like to resubmit it, please notify Luke Schultz in writing. ************************************************************************************* Aging Aircraft Systems Acquisition Program (AASAP) FROM: AASS/PK 2145 Monahan Way WPAFB OH 45433-7017 SUBJECT: Solicitation FA8626-06-R-2080, Release of Aging Aircraft Systems Squadron (AASS) Request for Proposal (RFP) 1. The mission of AASS is to develop and field products that enhance USAF aircraft fleet availability and mission capability while reducing total ownership cost. 2. The objective of the Aging Aircraft Systems Acquisition Program (AASAP) is to support the mission requirements of the Agile Combat Support Systems Wing (ACSSW) and AASS by resolving the Air Force aging aircraft system issues associated with operational support. It specifically addresses the sustainability of cross-cutting aging aircraft systems throughout their life cycles. It will result in improved technologies, processes, parts and techniques for sustaining aging aircraft. 3. The acquisition tasks associated with this program will include: potential design changes, enhancements to maintenance procedures, and associated problem resolutions and improvements that will extend the life of the air vehicles. The program will interact with the other aging aircraft related programs to exploit lessons learned and new approaches. Performance incentives (technical and cost/schedule) will be assessed for specific application on a task-by-task basis. 4. The AASAP is an approved small business set-aside. The estimated value of the AASAP is a ceiling of a $100 million over five years (FY06 - FY10). Each delivery order is contemplated to cover approximately twelve to eighteen months period of performance. 5. We invite your company to submit a proposal in response to the subject RFP. Your Past Performance Volume shall be submitted not later than 1400 EDST, 9 December 2005. All other volumes shall be submitted not later than 1400 EDST, 9 January 2006. Please submit two hardcopies of the proposal and two copies on CD to the following address: AASS/PK Attn: Mr. Luke A. Schultz 1755 Eleventh Street Bldg. 570, Room 216 Wright-Patterson AFB Ohio 45433-7404 In addition, provide one copy each to the local DCMA and DCAA organizations to assist them in their review. RFP exceptions or deviations must be fully documented and explained in your proposal. 6. No legal liability on the part of the Government for the offeror?s bid and proposal costs shall be assumed for this procurement. You are advised that the cost of your response to, or other costs incurred as a result of, this RFP are at your own risk. 7. The Government is providing: a. Model Contract for Indefinite Delivery/Indefinite Quantity (ID/IQ) b. Statement of Objectives (SOO) for the AASAP c. Section L d. Section L Proposal Table e. Section L Attachments f. Section M g. Contract Data Requirements List (CDRLs) for ID/IQ h. Security Form DD 254 i. First Task SOO j. First Task Requirements Document k. First Task CDRLs l. First Task Database Access Form 8. To assist you in submitting a proposal that is complete and accurate, we bring the following areas of the RFP to your attention (you are still responsible for reading and complying with all terms of the RFP): a. Show evidence of QS-ISO 9000/9001 or a quality management system with proposal and explain how the quality management system will benefit the government. b. Provide your written contract teaming arrangement and letters of intent with all of your team members you plan to work with on the AASAP. c. Limitations of Subcontracting is 50% for services/supplies, in accordance with Federal Acquisition Regulation (FAR) 52.219-14 d. NAICs Code: 541710 e. Size Standard: 1500 employees f. If multiple awards are made, selection criteria will be issued for each subsequent task order. g. Additional or missing information. We have tried to include all relevant information but in some cases we may have not included all the information, therefore we request that you review the RFP carefully to make sure the information provided is the most accurate and complete.9. Please direct all questions concerning this RFP to the Government Contract Administrator, Mr. Luke Schultz, (937) 255-3385 x3111, by e-mail to: luke.schultz@wpafb.af.mil.; or the Contracting Officer, Mr. Lawrence Doelker, (937) 255-7210, x3810, by email to: lawrence.doelker@wpafb.af.mil. 10. Make sure to download all the attachments in Section J and referenced in Paragraph 7 of this letter from the PIXS library of documents. Additional information can be found in the PIXS library concerning aging aircraft systems. MR. LAWRENCE R. DOELKER Contracting Officer For more information on "Aging Aircraft Systems Acquisition Program (AASAP)", please refer to: http://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=3912
 
Web Link
Aging Aircraft Systems Acquisition Program (AASAP)
(http://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=3912)
 
Record
SN00956020-W 20051223/051221212033 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may 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.