Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 9, 2001 PSA #2763
SOLICITATIONS

15 -- LARGE OPERATIONAL SUPPORT AIRCRAFT REPLACEMENT PROGRAM

Notice Date
January 5, 2001
Contracting Office
ASC/GRC Bldg 558, RM 16 2590 Loop Rd. West Wright Patterson AFB, OH, 45433-7142
ZIP Code
45433-7142
Solicitation Number
F33657-01-R-0013
Response Due
January 15, 2001
Point of Contact
Maj Gary Deaton,(937) 255-5958
E-Mail Address
bill.oswald@wpafb.af.mil (bill.oswald@wpafb.af.mil)
Description
Background "17. The US Air Force, Aeronautical System Center intends to acquire on a sole-source basis, under the authority of 10 USC 2304 (c) as implemented by FAR 6.302-1, 737 aircraft and associated CLS to meet CINC strategic requirements from The Boeing Company; Military Aircraft & Missile Systems Group; PO Box 3707, MS 4C-53; Seattle, WA 98124-2207. The Air Force intends to satisfy this requirement through a sole source Indefinite Delivery/Quantity (IDIQ) contract for both aircraft and CLS. The minimum order of aircraft for this IDIQ contract will be one and up to three. Due to mission requirements the Air Force intends to issue an Undefinitized Contract Action (UCA) for the first aircraft. This UCA will be definitized under the first order of the IDIQ. The need for a modernized, cost- effective, and reliable CINC fleet has long been recognized. The 737 will significantly contribute to meeting established CINC strategic requirements. The Operational Requirement Document (ORD), AMC 002-94- I/II/IIIA, identifies all the threshold and objective requirements along with the Key Performance Parameters (KPP's). Aircraft shall have range of at least 5,000 NM carrying a full 26 passenger and an 11 crew compliment (KPP) while meeting the fuel reserve requirements. In addition, passenger and crew accommodations must be met. The aircraft must be equipped with mission communications system (KPP). The aircraft shall meet Stage III Noise Compliance per 14 CFR Part 36 requirements. Other software, hardware, operational, maintenance, and logistics management improvements will be considered to enhance reliability. Also, the aircraft must be able to insure the integrity of the airframe beyond the year 2010. The production aircraft must be available to meet the FOC date of on or about Sep 2003. The RFP is expected to be released on or about 26 Dec 2000, with the UCA being awarded on or about 31 Dec 2000. The contract will also provide for 10 years of logistical support for each aircraft. Period of performance is expected to be Dec 2000 to Jul 2012. Questions concerning subcontracting opportunities should be addressed to Ms. Joan Short @ (206) 655-9727. Mr. Steve Plaisted has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. Existence of the Ombudsman does not diminish the authority of the program director or the Contracting Officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, evaluation of proposals or the source selection process and therefore, for routine matters on individual solicitations please contact Major Gary L. Deaton, (937) 656-9496. When requested, the Ombudsman will maintain strict confidentiality as to the source of concern. Should you desire to contact the Ombudsman, Mr. Plaisted can be reached at (937) 255-9095. Direct all questions concerning this acquisition to Bill E. Oswald III, Contracting Officer, ASC/GRC, Building 558, 2590 Loop Road West, Wright-Patterson AFB OH 45433-7142, (937) 255-5958, or e-mail: bill.oswald@wpafb.af.mil. See Note 22. *****"
Web Link
LOSARP-LARGE OPERATIONAL SUPPORT AIRCRAFT REPLACEMENT (http://www.pixs.wpafb.af.mil/pixslibr/LOSARP/LOSARP.asp)
Record
Loren Data Corp. 20010109/15SOL001.HTM (D-005 SN50A2B4)

15 - Aircraft and Airframe Structural Components Index  |  Issue Index |
Created on January 5, 2001 by Loren Data Corp. -- info@ld.com