Federal Bid

Last Updated on 12 Sep 2009 at 8 AM
Solicitation
Location Unknown

A-10C Operational Facility (OPFAC) Upgrades and Support

Solicitation ID FA9201-10-D-A10COPFAC
Posted Date 14 Jul 2009 at 2 PM
Archive Date 12 Sep 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc/Pk - Eglin (Legacy)
Agency Department Of Defense
Location United states

The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

The Air Armament Center (AAC), Eglin AFB, FL intends to negotiate on a sole source basis for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract with Lockheed Martin Systems Integration - Owego, 1801 State Rt. 17C, Owego, NY 13827-3998 (607) 751-3119 based on the authority of the Federal Acquisition Regulation 6.302-1. The IDIQ contract would have an ordering period of 5 years with an anticipated maximum dollar amount of $4.8M.

Tasks under this IDIQ contract may include enhancements and on-call maintenance support of the A-10C Operational Facility (OPFAC). It is anticipated the first task order will be to incorporate an Improved Data Modem (IDM) and ARC-210 radio capability into the A-10C OPFAC built by Lockheed Martin Systems Integration at their Owego, NY plant under Department of the Air Force contract number FA8635-07-D-6000-0006, to be delivered to Eglin's Datalinks Test Facility (DTF) in July 2009. This IDM and ARC-210 enhancement shall consist primarily of hardware changes to the existing Lockheed A-10C OPFAC and will give the A-10C OPFAC the ability to transmit and receive Variable Message Format (VMF), an entirely new waveform which enhances the close air support role of the A-10C aircraft. This enhancement is critical to the development and testing of on-going programs that directly affect the warfighter and is critical to enabling the A-10C OPFAC to mirror the actual A-10C aircraft. This enhancement will better support joint datalink and interoperability testing.

Additional taskings may include software/hardware upgrades that would affect the Eglin DTF A-10C OPFAC datalink testing capability, to include OFP and Suite updates. In addition, the government may require the contractor to physically install any software or hardware upgrades at the Eglin DTF that are deemed necessary to maintain the most current OPFAC configuration and datalink testing capability.

THIS IS NOT A SOLICITATION OR REQUEST FOR PROPOSAL. Any offerors responding to this notice must provide evidence of capability to perform the above requirements to include the detailed knowledge and capabilities of the unique equipment and software involved. This includes knowledge in (1) design and operation of the DTF A-10C OPFAC hardware and software, (2) the interface between the A-10C OPFAC models and the A-10C Operational Flight Programs, and (3) the modeling software and its interfaces with the Eglin DTF A-10C OPFAC hardware. If the contractor does not have Secret clearance with a special background investigation, response to this notice must contain proof the contractor understands the requirements for obtaining this type of clearance and that they can meet the requirements. In addition, the contractor must obtain an interim Secret clearance prior to award. Lockheed Martin Systems Integration is the only known existing source of the technical expertise required to support this requirement.

An Ombudsman has been appointed to address concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified below. The Ombudsman is Colonel Arnold W. Bunch, AAC/CV, at 101 West D Avenue, Suite 116, Eglin AFB FL 32542-5495; his phone number is 850-882-5422. Collect calls will not be accepted.

The NAICS code for this requirement is 541512 with a small business standard of $25 million. For any technical issues, contact Capt Michael Dooley, (850) 882-7216. Collect calls regarding this synopsis will not be accepted. Please forward any written statements of eligibility to AAC/PKET, Attn: Shannon Paradise, 205 West D Avenue, Suite 427, Eglin AFB FL 32542-6864, or facsimile (850) 882-4561 or e-mail [email protected].

Bid Protests Not Available

Similar Past Bids

Eglin air force base Florida 25 Sep 2008 at 4 PM
Eglin air force base Florida 30 Oct 2013 at 5 PM
Location Unknown 09 Apr 2010 at 8 PM
Seattle Washington 01 Feb 2018 at 6 PM

Similar Opportunities

Dyess air force base Texas 14 Jul 2025 at 6 PM
Picatinny arsenal New jersey 14 Jul 2025 at 9 PM
Picatinny arsenal New jersey 14 Jul 2025 at 9 PM
Warner robins Georgia 24 Jul 2025 at 9 PM