Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2007 FBO #2105
SOLICITATION NOTICE

A -- KC-10 Aircraft Modernization Program (AMP)

Notice Date
8/30/2007
 
Notice Type
Solicitation Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-FA862507KC10AMP
 
Description
The Aeronautical Systems Center?s (ASC) 653d Aeronautical Systems Squadron (653 AESS), 516th Aeronautical Systems Wing (516 AESW), Wright-Patterson AFB OH, is submitting a Pre-solicitation Notice for the KC-10 Aircraft Modernization Program (AMP). FOR PLANNING PURPOSES The purpose of this notice is to provide industry with information about the status of the KC-10 Aircraft Modernization Program (AMP). The government awarded five Concept Refinement Study (CRS) contracts in 2006 to gain a better understanding of the marketplace for the modernization requirements for the KC-10. Analysis of the CRS findings, combined with other research, indicated acquisition of the full suite of KC-10 modernization requirements contemplated by the AMP was beyond the reach of available funding. The Air Force is now pursuing a reduced-scope program focusing on the most urgent modernization need of the KC-10 fleet ? upgrading its Communications, Navigation, and Surveillance/Air Traffic Management (CNS/ATM) capability. The re-scoped program will be renamed the KC-10 Aircraft Extension Program (AEP). The Air Force anticipates the AEP program will be designated Acquisition Category (ACAT) level I. Given the additional review/approval requirements of this ACAT level, the Air Force projects the following contract milestones. The milestones may be advanced if internal reviews/approvals are able to be accelerated. Draft Request for Proposal release - 2Q CY 2009 Final Request for Proposal release ? 4Q CY 2009 Proposal submissions ? 1Q CY 2010 Contract Award ? 1Q CY 2011 REQUIREMENT The Air Force presently operates 59 KC-10 aerial refueling tanker aircraft. These aircraft are approaching 25 years of age and require significant modernization to keep them viable through FY45. The KC-10 AEP is the first major step in this modernization process. The AEP will upgrade the KC-10 fleet to Federal Aviation Administration and International Civil Aviation Organization standards enabling full access to worldwide civil and military airspace. This capability is generically described as CNS/ATM. In order to enable future modernizations, the AEP will replace the analog flight deck with a digital one that features modular open-system approaches (MOSA). All areas of the flight deck affected by the AEP upgrades must also address Force Protection requirements (meaning the ability of crewmembers to operate the KC-10 systems while using Air Force-issued chemical, biological, radiological and nuclear protective gear). The KC-10 AEP will also include a requirement for the development and delivery of a high-fidelity system integration laboratory. This laboratory will be utilized by the successful AEP contractor to facilitate software integration issues. It is contemplated that any solicitation for the KC-10 AEP will be structured to allow potential offerors to highlight the modular, open-system aspects of their proposals that will allow future KC-10 modernization such as: critical obsolescence mitigation; real-time information in the cockpit; night-vision imaging system compatibility and survivability. The KC-10 AEP will update the deployed KC-10 Aircrew Training System (hardware and courseware) to the AEP configuration. The KC-10 AEP will also facilitate upgrade of existing KC-10 on-aircraft maintenance procedures. ACQUISITION STRATEGY The 653d AESS is developing an acquisition strategy for the KC-10 AEP that utilizes a single contract encompassing System Design and Development (SDD), Low-Rate Initial Production (LRIP), and Full-Rate Production (FRP). LRIP and Full-Rate Production will be accommodated via priced contract options. GENERAL INFORMATION The government may issue Requests for Information on the FedBizOpps webpage (http://www.fbo.gov) for elements of the solicitation prior to releasing Draft and Final RFPs. Potential foreign prime contractors are advised that no determination has yet been made on any restrictions pursuant to AFFARS 5305.204. This pre-solicitation announcement is not to be construed as a formal solicitation (Invitation for Bid (IFB) or a Request for Proposal (RFP)). The Government does not intend to award a contract on the basis of this notice. This notice is for information and planning purposes only. The Government will not provide reimbursement of costs associated with any documentation or communication submitted in response to this notice. Any submitted documentation, upon delivery, becomes the property of the U.S. Government and will not be returned. Therefore, any information that is deemed proprietary should not be submitted. Questions or comments to this notice should be addressed to the Contracting Officer. If a KC-10 AEP RFP is later released, a Notice of Contract Action will be published at least 15 days prior. This announcement represents the 653d AESS? initial acquisition strategy for the KC-10 AEP. The government reserves the right to change any or all of the assumptions outlined herein in the draft and final Request for Proposals. CONTACT: Robert M. Nolin, Contracting Officer, 937-255-1071; James Van Oss, Contract Negotiator, 937-255-2025
 
Place of Performance
Address: 653 AESS/PK, 2530 Loop Road West, Bldg 560, Room 159, Wright Patterson AFB OH
Zip Code: 45433-7101
Country: UNITED STATES
 
Record
SN01390663-W 20070901/070830221455 (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.