Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 11, 2001 PSA #2765
SOLICITATIONS

10 -- B-ONE NEXT ENHANCEMENT (BONE) CONTRACT

Notice Date
January 9, 2001
Contracting Office
Bldg 556, 2690 Loop Rd, West, Wright-Patterson AFB, OH 45433-7221, 45433
ZIP Code
45433
Solicitation Number
F33657-B-One Enhancement Contract
Response Due
January 26, 2001
Point of Contact
Crystal Slasor,(937) 656-5075
E-Mail Address
crystal.slasor@b1b.wpafb.af.mil (crystal.slasor@b1b.wpafb.af.mil)
Description
Background " The B-1 System Program Office (ASC/YD) contemplates awarding a single over-arching contract for acquisition and sustainment of the B-1 weapon system. This effort will include the integration and responsibility for future enhancements or improvements to the B-1 weapon system. The contract may include level of effort and discrete tasks for enhancement and sustainment activities to support product support, sustaining engineering, software support, technical data, Diminishing Manufacturing Sources (DMS) support, initial spares and support equipment as well as enhancements or improvement efforts for upgrades to the weapon system. This single over-arching contract for the weapon system will contain multiple contract types at the contract line item level (e.g., cost-plus incentive fee, firm fixed price, time & materials, etc.) to accommodate a wide range of potential tasks. The estimated maximum amount for the acquisition is anticipated to be $2.4B. Contract efforts are subject to FAR 52.232-18 availability of funds. Anticipated award date is 1 Mar 02 for a portion of the effort contemplated herein. The requirements for this acquisition are further defined in terms of functions to be performed relative to the acquisition of upgrades and sustainment efforts for the B-1 weapon system. Sufficient capability to integrate B-1 weapon system must exist to perform at a minimum ALL of the following related tasks: Provide interim contractor repair on programmed and known/unknown non-programmed B-1 weapon system items identified for repair/modification. Product support requires the contractor to identify, evaluate and recommend solutions to resolve B-1 weapon system hardware and software technical and supportability anomalies, deficiencies, and problems. Integrate hardware modifications with software and testing to verify proposed engineering problem solutions. Provide software support efforts required to analyze software change requests, and field anomalies. Design, code, and test software changes (including block changes) to the B-1 aircraft weapon system and ground support systems. Included in this effort is the integration of the software with the B-1 weapons system to include administrative support, interface with flight test organizations, manufacture of firmware, and compliance with Air Force retrofit processes. Identify and evaluate impacts to AF Mission Planning Systems, B-1 Training System, and associated ancillary equipment include identifying and evaluating impacts to those systems resulting from air vehicle anomalies, field anomalies and software/hardware block changes. Develop, deliver and maintain B-1 system related technical data as required. At a minimum provide maintenance of the Paperless CDRL Delivery System (PCDS) for Government and B-1 training system prime contractor to access all B-1 program data electronically. Perform weapon system enhancements or improvement efforts to support at a minimum all B-1 weapon system upgrades including development, test, production, retrofit modifications and related Type 1 training. The Government cannot predetermine at the project level the precise B-1 aircraft acquisition and sustainment requirements or improvements to be acquired. Enhancements/upgrades/acquisitions may include, but not limited to, development and production of cockpit display upgrades, integrated Link 16, beyond line of sight UHF SATCOM datalinks, radar upgrades, vertical situation display replacement, gyro stabilization system upgrade, on-board diagnostics hardware upgrade, electro-multiplexing system upgrade, automatic test system upgrades, GATM upgrades, GPS modernization, ALQ-161A reliability and maintainability upgrades, defensive system upgrade, computer avionics upgrade, weapon integration upgrades, conventional bomb modules 1760 conversion upgrades, mission planning system upgrades/conversions, IFF system upgrades, digital flight control (including central air data computer) enhancement, B-1 unique support equipment, and associated B-1 weapon system software changes. The B-1 SPO is surveying the market to determine if any sources are qualified to perform all of the aforementioned requirements for this contract(s). Qualified sources must have in-depth knowledge of the B-1 aircraft design and have the existing capability to perform all the stated requirements commencing 1 Mar 02. Interested sources must submit the following information for Government evaluation: (a) Description of existing B-1 weapon system experience relative to acquisition and sustainment support activities to include an outline of previous work performed; (b) Description of capability to design, develop, integrate, fabricate, test, install and support improvements to B-1 weapon systems. This description shall include the contractor's capability to provide for the security of classified and unclassified hardware and storage/handling of documentation up to the SECRET CLEARANCE level. Minimum personnel security clearance requirements for this effort are SECRET; (c) Qualifications of lead management and engineering personnel projected to work on this contract (to include education, background, accomplishments, and other pertinent information relevant to the tasks outlined above); (d) Organizational structure, with emphasis on how this program fits into the overall company's weapon systems integration and sustainment process; (e) Information on existing plant, laboratory, test and production facilities needed to accomplish these requirements, including TEMPEST facilities needed to develop and test hardware and software; (f) Identify any deficient capabilities, to include but not limited to the above listed capabilities for integration of B-1 weapon system, and a proposed fix to those deficiencies; (g) If subcontractors are to be utilized, similar information as requested above for the prime contractor is required for each identified subcontractor. The NAIC Code for this acquisition will be 336413, Aircraft Manufacturing NSK, total. Interested sources shall include their Size and CAGE code in the information provided. Interested firms should submit sufficient information which will permit evaluation of technical B-1 integration capabilities in writing or electronically to ASC/YDI, Attn: Ms. Crystal A. Slasor, Bldg 556, 2690 Loop Road, West, Wright-Patterson AFB OH 45433-7221 within 15 calendar days from the date of this announcement. An electronic transmission in Microsoft Office 98 compatible format is acceptable and can be sent to email address: crystal.slasor@b1b.wpafb.af.mil or vicki.diaz@b1b.wpafb.af.mil. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from the potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use the Ombudsman, Stephen J. Plaisted, at (937) 255-5535 or (937) 255-9095 or e-mail stephen.plaisted@wpafb.af.mil with serious concerns only. This synopsis is not to be construed as a commitment on the part of the Government to award a contract nor does the government intend to directly pay for any information or responses submitted as the result of this solicitation. Routine communication concerning this acquisition should be directed to Vicki Diaz at email vicki.diaz@b1b.wpafb.af.mil phone number (937) 656-5051, Bldg. 556, 2690 Loop Road, West, Wright-Patterson AFB OH 45433-7148.***** "
Web Link
B1BENHANCE-B-One Next Enhancement (BONE) Contract (http://www.pixs.wpafb.af.mil/pixslibr/B1BENHANCE/B1BENHANCE.asp)
Record
Loren Data Corp. 20010111/10SOL003.HTM (D-009 SN50A4W9)

10 - Weapons Index  |  Issue Index |
Created on January 9, 2001 by Loren Data Corp. -- info@ld.com