Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2007 FBO #1896
SOURCES SOUGHT

16 -- C-5 AMP additional avionics capability

Notice Date
2/2/2007
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
716 AESG 2590 Loop Road W, Room 104 Wright Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
C-5AMP
 
Response Due
2/12/2007
 
Archive Date
2/28/2007
 
Small Business Set-Aside
N/A
 
Description
The 716 AESG, Wright-Patterson Air Force Base, OH contemplates the award of sole source contract actions to add avionics capability, to include Selective Availability Anti-Spoofing Module (SAASM) GPS implementation, Enhanced Surveillance and Deficiency Report Correction for the C-5 Avionics Modernization Program (AMP). Lockheed-Martin Corporation was awarded the C-5 AMP Engineering, Manufacturing, and Development contract under full and open, best value source selection in 1999. The contract included competitively priced production options for AMP kits, spares, and installation for up to 124 aircraft. Budget adjustments and program delays forced the need to restructure the options for production for up to 53 operational C-5 A/B/C aircraft. A Source Sought Synopsis was submitted for this restructure on 19 Oct and received no responses. Real world changes have driven the need for added avionics capability, to include Selective Availability Anti-Spoofing Module (SAASM) GPS implementation, Enhanced Surveillance and Deficiency Report Correction. Lockheed-Martin Corp is the only source possessing the technical and engineering expertise to manage this added avionics capability of C-5 AMP, maintaining total schedule, configuration, and system performance responsibility of the re-phased acquisition. Sole source negotiation for restructure of options for kits and spares for C-5 AMP production is envisioned pursuant to the authority of 10 USC 2304(c)(1), as implemented under FAR 6.302-1(a)(2). The USAF cannot provide sufficient drawings, data, etc to facilitate award of kits and spares to another source. Sole source negotiation for managing additional avionics capability for C-5 AMP is envisioned pursuant to the authority of 10 USC 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(ii). TCTO 714 and Level 3 wire harness installation drawings are available. The 716 AESG, however, believes that award of the management over this added avionics capability to another source would result in substantial duplication of cost that the Government would not recover through competition and would result in unacceptable delays in fulfilling USAF requirements. Lockheed-Martin, at the start of the up to 53 installations covered by this action, will have completed 59 to 60 installations at Dover and Travis Air Force Bases. The 716 AESG does not plan to issue a formal Request for Proposal. Interested sources, however, are invited to submit capability statements for consideration. Such statements shall be submitted no later than 12 February 2007 to 716 AESG/PK, Building 558, 2590 Loop Road West, Wright-Patterson AFB, OH 45433-7142 to the attention of Ms. Vicki Diaz, Contracting Officer. Questions may be addressed to Ms. Diaz at (937) 255-0748. For more information on "C-5 AMP additional avionics capability", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5139
 
Web Link
C-5 AMP additional avionics capability
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5139)
 
Record
SN01224809-W 20070204/070202221242 (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.