Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2006 FBO #1657
SOLICITATION NOTICE

61 -- Deployable Power Generation and Distribution System (DPGDS) Engineering Technical Data (ETD), Initial Depot Spares, and Interim Contractor Support (ICS)

Notice Date
6/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
Reference-Number-F3QCAR5322G001
 
Response Due
7/23/2006
 
Archive Date
7/31/2006
 
Description
The Air Armament Center, 688th Armament Systems Squadron (688 ARSS/PK), Eglin AFB, FL, intends to award a sole source contract or contracts to Radian, Inc. (DBA DRS Radian), 5845 Richmond Highway, Suite 725, Alexandria, VA 22303-1873 for the development and delivery of Engineering Technical Data (ETD), Initial Depot Spares, and follow-on Interim Contractor Support (ICS) on the Deployable Power Generation and Distribution System (DPGDS) program. This contract action will support the stand-up of organic depot capability and transition of the program from systems acquisition (production and deployment) to sustainment (operation and support), with ICS ending at depot activation. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. This notice serves as the Notice of a Proposed Contract Action. The ETD delivery requirement is approximately 12-15 months from date of contract award. The ETD requirement will be provided on a Firm-Fixed-Price basis. The government shall acquire all available ETD for any peculiar or modified support equipment necessary for depot overhaul of Depot Level Repair Candidates that is determined to be required to facilitate the organic depot. This shall include Engineering Drawings (Level III where available) for any required Support Equipment and Test, Measurement, and Diagnostic Equipment (TMDE); Engineering Drawings (Level III where available) for the DPGDS Prime Power Units (A&B Models) and its 18 depot level component candidates; and Depot Level Technical Manuals for the above. The depot level candidates include: MEP-PU 810A Prime Power Generator - NSN 6615-01-486-4033 MEP-PU 810B Prime Power Generator - NSN 6615-01-486-4032 Primary Switching Center - NSN 6110-01-493-3391ID Major Component Repair: Contactor - P/N SLN-014S7J-544 Generator - P/N SR4B Over Current Relay - P/N 9-28900-173 Radiator - P/N 3474/B/R Radiator - P/N 3474/A/R Cat Diesel Engine - P/N 3406/3456 Engine Starter - P/N 120-9100 SPM-A-Synchronizer - NSN 5895-01-322-9410 Load Share Module ? NSN 2920-01-474-9381 Program Logic Circuit (RTU & I/O) - NSN 7050-01-500-4452 Generator Set Control ? NSN 5963-01-500-6326 Digital Voltage Frequency Meter - NSN 6625-01-499-7575 Digital Voltage Regulator - NSN 6610-01-500-2239ID Contactors - NSN 6110-01-550-5721 Primary Distribution Center - NSN 6110-01-493-3391 Digital Synchroscope Meter - P/N 077-14GA-001878 of the government shall also acquire contractor recommended initial depot spares on a Firm-Fixed-Price basis. Until such time as the program transitions to the organic depot, the government shall require the contractor to be responsible for ICS management of the DPGDS. The estimated period of performance for the ICS contract will be from 11 Dec 06 through 10 Dec 07. The current ICS contract is on a Time and Materials basis, was awarded as a sole source procurement to Radian, Inc. and ends on 10 Dec 06. The following provides a list of some of the tasks required under this ICS contract: (1) Supply Support: The Contractor shall establish and maintain a supply and transportation priority system providing DPGDS parts and establish a worldwide distribution system. (2) Technical Services: The Contractor shall provide technical services to include maintaining and dispatching anywhere in the world, a Field Service Support Team with expertise specifically on the MEP-PU-810A & B Prime Power Units and additional distribution equipment, The Support Team must perform repairs and solve complex maintenance problems that are beyond the Government's capability, and provide On-The-Job-Training (OJT) as required. (3) ICS and Warranty Management: The Government?s DPGDS Performance Specification will be used by the Contractor to validate parts substitution/interchangeability to ensure they meet the required form, fit, and function (or other essential characteristics) of the original part. (4) Spares Analysis: At the end of the ICS period, the Contractor will provide to the Government an LRU, component and repair parts demand data report containing a summary of the following key elements: failure trends, Reliability and Maintainability information, Mean Time Between Failure and Mean Time Between Critical Failure rates, mission criticality, order/ship times, and warranty repairs. (5) Meeting Support: The Contractor will participate in the quarterly DPGDS Sustainment Integrated Product Team meetings and a maximum of two other scheduled meetings per year. (6) All parts or services provided by the ICS contractor will be in accordance with the warranty requirements under the basic contract so as not to void the prime contractor?s 30-month warranty. Radian Inc. is the system designer and integrator of the DPGDS equipment and system applications, has configuration control of the Depot Level Repair Candidates, has developed all existing Technical Data Packages (TDP) , served as the Integrated Logistics Support (ILS) manager for the development of Spare Parts Lists, and has served as the ICS manager. Many of the drawings and components are proprietary to Radian Inc. This is not a request for competitive proposals and no solicitation is available. All interested parties must respond in writing with clear and convincing evidence to support their ability to provide this capability within forty-five (45) calendar days of this publication. A determination by the Government not to compete this action based upon responses received is solely within the discretion of the Government. For contracting questions, please contact E. Chris Asbill, Contracting Officer, at (850) 883-3519, email: ellen.asbill@eglin.af.mil or Brian Ellison, Contract Specialist, at (850) 883-3530, email: brian.ellison@eglin.af.mil. For technical issues, please contact the Program Manager, Chris Hughes, at (850) 883-3544, email: christopher.hughes2@eglin.af.mil. For any subcontracting possibilities at Radian, Inc., please contact Karima Sherdil at (703) 329-9300 ext. 460 or email: KSherdil@RadianInc.com. An Ombudsman has been appointed to address concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall 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. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified above. The Ombudsman is Colonel Joseph A. Lanni, AAC/CV, at 101 West D Avenue, Suite 116, Eglin AFB, FL 32542-5495; his phone number is (850) 882-0662. Numbered Notes 22 and 26 apply.
 
Place of Performance
Address: Radian, Inc., DBA DRS Radian, 5845 Richmond Highway, Suite 725, Alexandria, VA
Zip Code: 2303-1873
Country: US
 
Record
SN01064999-W 20060610/060608220632 (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.