Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2008 FBO #2526
SOLICITATION NOTICE

16 -- ASC/647 AESS LITENING Support Sources Sought Synopsis

Notice Date
10/24/2008
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2145 Monahan WayBuilding 28Wright-Patterson AFB OH
 
ZIP Code
00000
 
Solicitation Number
PIXS5889
 
Archive Date
11/21/2008
 
Point of Contact
Daniel Demaree, (937)255-7979<br />
 
Small Business Set-Aside
N/A
 
Description
TITLE: LITENING Support Sources Sought Synopsis (THIS IS NOT A REQUEST FOR PROPOSAL)DESCRIPTION:*******UPDATE: 24 OCT 2008--The primary point of contact should be Mr. Daniel Demaree. The alternate POC is Mr. Jay Thomas; see below for contact details. Additionally, the response date has been entered below as 21 Nov 2008.******The The United States Air Force (USAF) is seeking interested sources regarding a requirement to provide logistics sustainment activities and follow-on product support operations for LITENING Advanced Targeting Pods (ATPs) currently integrated on the following platforms: F-15E, F-16, B-52, A-10, F/A-18, AV-8, EA-6B. Support for the LITENING ATPs shall include AT, AT Block 1 and Gen 4 pod versions with three (3) datalink configurations. The purpose of the LITENING Targeting Pod System (LTPS) Support Program is to accommodate USAF, Air National Guard (ANG), Air Force Reserve Command (AFRC), United States Navy (USN), and United Stated Marine Corp (USMC) requirements for fielded LTPS. The USAF proposes to establish a LITENING Support Contract (LSC) effective 1 January 2010, to provide LTPS users with support in the areas of LITENING ATP maintenance and upgrades (to include applicable Advanced Targeting Pod-Sensor Enhancement (ATP-SE) upgrades), Operational Flight Program (OFP) maintenance and upgrades, aircrew and maintenance training, site activation, over and above support, source documentation, technical manual maintenance, flight test support, studies, demonstrations, and pod integration support across aircraft platforms via Interim Contractor Support (ICS) or Contractor Logistics Support (CLS). The ATP-SE Program is a follow-on to the current USAF ATP programs and it is anticipated that upgrade of legacy ATPs, such as the LTPS, will not be within the scope of that program. If the Government does require future upgrades of legacy ATP systems it is anticipated that work will be done by the contractors selected for continuing support and sustainment of individual legacy ATP systems, such as that being synopsized in this announcement. The LTPS Support Program key acquisition objectives are to maintain or improve the current level of support to the LTPS users, accommodate DoD policy requirements such as Unique Item Identification (UID) and Operational, Safety, Suitability, & Effectiveness (OSS&E) tracking, and manage obsolescence and Diminishing Manufacturing Sources (DMS) issues. Factors that will be used to implement and administer the program: 1. Ship replacement Line Replacement Units (LRUs) within seven (7) calendar days after a faulty LRU reaches the contractors facility. For items deployed outside of continental United States (CONUS) the user will be responsible for shipment between CONUS and the deployed location. Interested sources shall have the potential capability to ship serviceable assets outside CONUS. 2. The selected source shall ensure 92% availability of LITENING ATPs in each fleet. 3. The source shall monitor and report performance on a weekly and monthly basis via a secured website. 4. The source shall be able to meet Depot Turn Around Time (TAT). Depot TAT shall be measured using the median of the monthly LRU repair time. The Government expects the establishment of a flexible contract structure that will allow for the continuation of supplies and services necessary to fulfill the mission, maintain peacetime and training operations, ensure combat capabilities, and pod fleet disposition alternatives as pods transition into the final stages of their service life. The Government contemplates the LSC will be a five-year Indefinite-Delivery/Indefinite-Quantity (ID/IQ) contract as a follow-on to current LITENING ID/IQ contracts with Northrop Grumman System Corporation (NGC), the Original Equipment Manufacturer and prime contractor. It should be noted that NGC and Rafael own proprietary data which may be required in order to provide the support necessary in this LSC. In the statement of qualifications, interested sources shall include their approach to obtaining the necessary data, as the Government will not provide the data. The sponsoring activity is 647th Aeronautical Systems Squadron, Wright-Patterson Air Force Base, Ohio. THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. This is a market research tool to determine the availability and adequacy of potential sources. Sources responding to this announcement should indicate their size, particularly if they are a small business, a socially and economically disadvantaged business, a woman-owned business, a HUB zone small business, or a minority institution. This effort is open to US bidders only. The North American Industry Classification (NAIC) code is 336413. Interested sources shall register as a source on the PIXS website (https://www.pixs.wpafb.af.mil). Also, interested sources must respond with a complete capability/qualification package describing their technical expertise and experience, personnel and facilities. The response should also identify technical risks, issues and any partnering arrangements that may be considered. Please provide a telephone number, an email address, and a facsimile number in the response. Information marked as Proprietary will be protected and will not be divulged unless mandated by existing laws. This information should be sent to 647 AESS/PK, 2145 Monahan Way, Wright-Patterson, AFB OH 45433-7017 no later than thirty (30) days from the publication of this notice. The point of contact is Mr. Daniel Demaree, (937) 255-7979. Any non-technical and/or contractual questions should be referred to the above individual. Technical questions should be directed to Mr. Jay Thomas, (937) 255-5990. LITENING Support Contract is an Aeronautical Systems Center (ASC) program. The current status is Sources Sought and it is a Category 16 Aircraft components and accessories program. SOLICITATION:RESPONSE DATE: 21 Nov 2008NAIC CODE: 336413DOLLAR AMOUNT: CONTACT:POC: Daniel DemareePHONE NUMBER: (937) 255-7979ADDRESS: 2145 Monahan Way, Building 28, Wright-Patterson AFB, OH 45433-7017 ALTERNATE POC: Jay ThomasPHONE NUMBER: (937) 255-5990 For more information on "ASC/647 AESS LITENING Support Sources Sought Synopsis", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5889
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a55a30d3b3a27e6d4c77649e096644b0&tab=core&_cview=1)
 
Record
SN01696345-W 20081026/081024215535-f725071bafc6a5a60df65e71039dee86 (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.