Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2007 FBO #1984
SOLICITATION NOTICE

10 -- WCMD Aircraft Integration-Option Years

Notice Date
5/1/2007
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FA8677-06-C-0109
 
Response Due
6/1/2007
 
Archive Date
9/30/2007
 
Description
The Air to Ground Munitions System Wing (AGMSW), Wind Corrected Munitions Dispenser (WCMD) Systems Squadron under the 408th Air Armament Systems Group (ARSG) has a current contract for Aircraft Integration efforts and is contemplating a sole source award to Lockheed Martin Missiles and Fire Control-Orlando, 5600 Sand Lake Road, Orlando, FL, 32819-8907 to add an additional 2 years of Option Periods (FY08 and FY09). It is intended that the award be made to support on-going aircraft integration efforts with the following: A-10; B-1; B-52; F-15E; F-16 Blocks 30, 40, and 50; F-117; and F-35 and is anticipated to be awarded in Jun 07. The offeror must provide the following: 1) WCMD software updates; 2) Servicing, maintenance, and software support of WCMD Weapon Simulator Units (WSUs), System Support Simulators (SSSs) and Dual System Support Simulators (DSSSs); 3) Maintenance of WCMD mission planning weapon planning modules (WPMs) for the Mission Planning System (MPS) and Portable Flight Planning System (PFPS) to include WCMD fly out model (FOM) support; 4) Support of all WCMD aircraft integration activities on the cited platforms to include technical support, flight test support to include weapon build up and tear down, test plan reviews, technical meeting support, WCMD telemetry data analysis, system integration lab (SIL) support, and WCMD operational flight program (OFP) support; 5) Control and maintain the WCMD interface control document (ICD) and other configuration control processes to include interface control working group (ICWG) meetings; 6) General WCMD weapons engineering support activities, failure and systems analysis, and systems training for the period from 1 Oct 2007 through 30 Sep 2009. The offeror must be currently qualified to provide all capabilities cited. A time and materials type contract is contemplated for these 2 option years. This is not a Request for Proposal and it is not the Government?s intention to pay for information solicited at this time. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. Interested parties shall submit a capabilities package, which addresses all requirements listed in this announcement. Forward qualification packages to: 408 ARSG, Attn: Ms Amy Wiggins, Bldg 11, 102 West D Ave Ste 229, Eglin AFB FL 32542-6807. For further information concerning technical aspects, contact Bill Smith, (850) 883-3895 or e-mail william.smith3@eglin.af.mil. For contractual information, contact Anne Weaver, 850-883-3809, e-mail anne.weaver@eglin.af.mil or Amy Wiggins, (850) 883-3862, e-mail amy.wiggins@eglin.af.mil. 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 Gen (S) Joseph Lanni, AAC/XP, 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: 5600 Sand Lake Road, MP 491, Orlando FL,
Zip Code: 32819
Country: UNITED STATES
 
Record
SN01284771-W 20070503/070501232551 (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.