Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2007 FBO #1921
SOLICITATION NOTICE

16 -- F-22 Performance Based Logistics Sustainment Contract

Notice Date
2/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
2725 C Street Bldg 553 Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
FA8611-06-R-2897
 
Response Due
4/13/2007
 
Archive Date
5/31/2007
 
Small Business Set-Aside
N/A
 
Description
Request for Proposal (RFP) release. The Aeronautical Systems Center F-22 System Program Office (ASC/YFK) will release a Request for Proposal (RFP) on or about February 27, 2007, to the Lockheed Martin Aeronautics (LMA) Company for a long-term Performance Based Logistics (PBL) sustainment contract for the F-22 air vehicle. ASC/YFK anticipates awarding a long term PBL contract for sustainment of the present/future F-22 fielded fleet on or about December 1, 2007. The period of performance for the contract associated with this synopsis is Calendar Year (CY) 08-CY17. This acquisition is a follow-on to the sole source sustainment effort currently being performed by Lockheed Martin Aeronautics (LMA), under the F-22 production contract FA8611-05-C-2850. The purpose of this notification is to announce release of the request for Proposal (RFP) for potential subcontracting purposes. Program Background The Advanced Tactical Fighter (ATF) Demonstration/Validation phase involved two competing aircraft teams, led by Lockheed Martin Aeronautics (with General Dynamics and Boeing as team members) and Northrop (teamed with McDonnell-Douglas), and two competing engine contractors, General Electric (GE) and Pratt &Whitney (P&W). On 23 Apr 91, the Secretary of the Air Force selected Lockheed Martin Aeronautics for the air vehicle and overall weapon system integration and P&W for the engine. The ATF was re-designated as the F-22, and Milestone II approval was confirmed by an Acquisition Decision Memorandum (ADM), 1 Aug 91, authorizing F-22 Engineering and Manufacturing Development (EMD) and long lead procurement for four Pre-Production Verification (PPV) air vehicles. EMD contracts were awarded in Aug 91. The air vehicle Preliminary Design Review (PDR) was completed on 30 Apr 93 and the Critical Design Review (CDR) was conducted on 20-24 Feb 95. Follow-on Operational Test and Evaluation (FOT&E) began 29 Aug 05 and completed on 23 Nov 05. The Joint Interoperability Test Command (JITC) awarded the F-22 Joint Systems Interoperability Test Certification on 14 Dec 05, finding the F-22 met all its critical interoperability requirements and certifying it interoperable for joint use. Initial Operating capability (IOC) for the F-22 was declared on 15 Dec 05. IOC declaration verifies the aircraft as a fully capable, multi-mission platform ready for combat. Full and open competition was used in the Demonstration/Validation (Dem/Val) phase of this program. The program was down-selected to two teams for both the air vehicle and engine EMD competition. As a result of the competition, Lockheed Martin Aeronautical Systems (LMAS), currently Lockheed Martin Aeronautics Company (LMA) and Pratt & Whitney (P&W) Large Military Engines received EMD contract awards. LMA currently provides F-22 sustainment support within the production contract and Pratt & Whitney provides F-119 engine support under a separate contract. The air vehicle sustainment program is presently known as Performance-based Agile Logistics Support (PALS). The future sustainment effort will establish a Performance Based Logistics (PBL) contract arrangement with partnering of Air Logistics Centers for depot level repair. The effort will continue field sustainment via Contractor Logistics Support (CLS) and public/private partnering for the entire F-22 fleet. PALS is a two-phased support strategy for the F-22 air vehicle. Phase I support (Initial Operational Capability) is provided by the prime air vehicle contractor and progresses through Phase II (follow-on support), which includes public-private partnering for depot maintenance as a fundamental approach. The PALS concept of operations for the F-22 air vehicle builds on, and is consistent with, the overall weapon system support concept, and focuses on system user priorities of availability, cost, and accountability. The PALS program currently supports United States Air Force (USAF) operators of the F-22 aircraft. Full intermediate level (back shop) and depot heavy maintenance are currently performed and managed by Lockheed Martin Aeronautics. Organizational level maintenance of the F-22 fleet will continue to be performed by USAF maintenance personnel. This F-22 PSI sustainment concept of operations addresses the following elements of support products and services: fleet management, material management, support equipment, technical order data (TOD), maintenance management and customer technical services. This effort also includes follow-on flight test, support of air vehicle modernization, and modification programs. The support program elements are implemented with a shared responsibility between the sustainment prime contractor and the USAF. 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 or responses submitted as the result of this synopsis. 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 shall maintain strict confidentiality as to the source of the concern. To address concerns only, interested parties are invited to call the ASC Ombudsman, Ms. Debra Haley, ASC/AE, 1755 Eleventh Street, B750, Room 113, Phone (937) 255-5315 or email: debra.haley@wpafb.af.mil Address potential small business subcontracting opportunity questions to Mr. Mark Byars, Lockheed Martin Aeronautics (LMA) Company, 817-777-5287. Other questions may be directed to Leon Mable, Contracting Officer, ASC/YFK, (937) 904-5317 or email leon.mable@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. Point of Contact Leon Mable, Contracting Officer, Phone 937-904-5317, Fax 937-656-7517, Email leon.mable@wpafb.af.mil Place of Performance Address: Various For more information on "F-22 Performance Based Logistics Sustainment Contract", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5149
 
Web Link
F-22 Performance Based Logistics Sustainment Contract
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5149)
 
Place of Performance
Address: Various
Zip Code: Various
Country: As Required
 
Record
SN01239778-W 20070301/070227220832 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.