Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

R -- T-38C Avionic Upgrade Program

Notice Date
8/30/2011
 
Notice Type
Presolicitation
 
NAICS
541614 — Process, Physical Distribution, and Logistics Consulting Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8211-11-R-1000
 
Point of Contact
Hailee M. Lucas, Phone: 8015860029, Deborah J Sparks, Phone: 8015860690
 
E-Mail Address
hailee.lucas@hill.af.mil, deborah.sparks@hill.af.mil
(hailee.lucas@hill.af.mil, deborah.sparks@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
T-38C Avionics Sustainment 1. The Government intends to award a sole source, 90 day contract (with an option for 90 additional days) to provide a bridge between the current Avionics Upgrade Program contract and the follow-on Avionics Post Production Support contract outlined in RFIFA8211-11-R-3000, which will be awarded under full and open competition. This contract is expected to be awarded in March 2012, and only if required for coverage until the APPS competitive award is made. The purpose of this Sources Sought Synopsis is to conduct market research and to determine if any other firm has the capability to accomplish a Contract Logistic Support (CLS) Field Service Representatives (FSR) and Contractor Operated Maintained Base Supply (COMBS) support and sustainment for the T38C fleet Avionics System seamlessly without ramp-up/ramp-down time. They must be able to be fully operational with 30 days or less notice after award. Failure to meet required performance metrics for this bridge contract is unacceptable. Further, time doesn't permit the ramp up ramp down period that a transition would normally require. The following effort would be required on contract start date: • Establishment and operation of a COMBS facility to include part stock, store, and issue in support of the organizational maintenance functions at specified locations • Establish an operational off-base component repair program under CLS • Procure, maintain and utilize an inventory database to include maintenance data collection, contractor-furnished support equipment, and calibration and maintenance activity • Determine and provide range and depth of spares required to meet operational requirements at 5 COMBS (Columbus AFB, Laughlin AFB, Randolph AFB, Sheppard AFB, Vance AFB) and Holloman AFB, Edwards AFB, and Patuxent NAS. • Develop and implement operational procedures for receiving, storing and issuing avionics components throughout the life of the contract • Maintain an interface with each commander at each Main Operating Base (MOB) • Maintain all communication requirements (attend meetings; provide metrics, status, etc.) • Maintain current HAZMAT handling, storage, management and disposal plan that complies with federal, state and local military base procedures, rules, regulations and requirements • Perform program business, contract administration, financial controls, and ILS management functions to maintain ongoing business and contractual support of the program • Provide for on-site FSR at 5 COMBS locations, Edward's AFB, and Patuxent NAS, and FSR phone support to Holloman AFB as required by Government to provide continuing proficiency training to the organizational maintenance contractor's personnel, technical support and investigation of unusual or reoccurring problems, and change recommendations to procedures or equipment • Provide procedures for approval by the Government that address work requests to repair/replace parts resulting from damage • Provide a damaged equipment proposal that details all repair or replacement of all over and above damaged equipment items that the contractor and government verified as having been damaged during the period of performance • Contractor is expected to maintain: • 40 hours Mean Time Between Failure (MTBF) on a six month moving average for the fleet • The COMBS must provide a Line Replaceable Unit (LRU) replacement within 30 minutes of request 95% of the time • The contractor shall maintain an Avionics Mission Success Rate (AMSR) of 98% 2. BACKGROUND: Beginning in 1996, as part of the T-38 Avionics Upgrade Program (AUP), the Government awarded two initial contracts on a competitive basis. Contract F33657-95-C-0057 was the development contract. The Government later awarded F41608-96-D-0700 in 1999 after completion of Air Force Operational Test and Evaluation Center (AFOTEC) testing. Contract F33657-95-C-0057 expired in 2004 and was replaced with sole source contract FA8617-04-C-6153 to conclude production and installation of the modification kits and provide sustaining engineering. The government is currently in the process of combining the CLS and Engineering support into one contract that will be awarded with full and open competition. The purpose of this sole source bridge contract is to provide CLS and COMBs support during the interim. This sole source requirement is intended to be awarded to Boeing with the following point of contact: Stella A. Morris Contract Administrator 314-777-4785
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8211-11-R-1000/listing.html)
 
Place of Performance
Address: Contractor Site, United States
 
Record
SN02556295-W 20110901/110831000753-f5b6ab8c192c89dea0c7974fa770ba11 (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.