SOURCES SOUGHT
99 -- B-1B Training Systems Sources Sought
- Notice Date
- 10/20/2011
- Notice Type
- Sources Sought
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8621-12-R-6254
- Archive Date
- 11/11/2011
- Point of Contact
- Rosanna Rodgers, Phone: 937-255-3782, Steve Godby, Phone: 937-255-3748
- E-Mail Address
-
rosanna.rodgers@wpafb.af.mil, steve.godby@wpafb.af.mil
(rosanna.rodgers@wpafb.af.mil, steve.godby@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- B-1B Training System (TS) Sources Sought Notice Solicitation Number: FA8621-12-R-6254 20 October 2011 I. REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES This is an RFI only in accordance with Federal Acquisition Regulation (FAR) 52.215-3 - Request for Information or Solicitation for Planning Purposes (Oct 1997). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government is conducting market research to identify, as potential sources, companies that may possess the expertise, capabilities, and experience to competently and competitively respond to requirements to provide Contract Logistics Support (CLS) and Training System Support Center (TSSC) services for the B-1B. The existing B-1B TS services contract ends in December 2011 and a follow-on B-1B TS contract is currently in source selection. The Government anticipates a FAR Part 15, services contract with an extension of the current contract up to six months from 01 January 2012 -30 June 2012. Only United States companies will be considered for contract award. The Government does not intend to award a contract on the basis of this sources sought or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal costs, of the FAR. Companies responding to this sources sought are advised that participation does not ensure involvement in future solicitations or contract awards. The Government will not reimburse any company or individual for any expenses associated with preparation or participation in this RFI. Respondents are solely responsible for all expenses associated with responding to this RFI. Although "proposal" and "offeror" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. II. PROGRAM REQUIREMENTS The B-1B TS consists of an Aircrew Simulator System (ATS) component, Maintenance Training System (MTS) and Egress Trainers, which support initial, continuation, and re-qualification training of B-1B aircrews and maintainers. The ATS consists of five Weapon Systems Trainers (WST), two Mission Trainers (MT), and five Cockpit Procedures Trainers (CPT). The MTS consists of nine Simulated Maintenance Training Systems (SMTS), eight Avionics/Armament Maintenance Training Systems (A/AMTS), and a Primary/Secondary Flight Control Maintenance Trainer (P/SFCMT). The trainers are located at Dyess AFB, Texas; Ellsworth AFB, South Dakota; and Sheppard AFB, Texas. Sustainment of the B-1B TS is essential to providing continued training capability. High rates of availability are necessary to meet the training needs of operational aircrews. The TS must be updated, whenever necessary and possible, to account for diminishing manufacturing sources (DMS) and obsolescence. The B-1B TS must provide an operational capability at the unit level enabling the WSTs to fully participate in Distributed Mission Operations (DMO) training. Full DMO capability will be required at Dyess AFB and Ellsworth AFB, and a limited capability will be required at the contractor's development facility. Finally, quality CLS, TSSC, and depot functions at the Main Operating Bases (MOB) must be provided to ensure continued TS availability. There are 35 devices as follows: Device Number Location Location Weapon System Trainer 5 Dyess AFB (2) Ellsworth AFB (2) Incumbent's Facility (1) Mission Trainer 2 Dyess AFB (1) Incumbent's Facility (1) Cockpit Procedures Trainer 5 Dyess AFB (4) Incumbent's Facility (1) Armament/Avionics Maintenance Training System 8 Dyess AFB (2) Ellsworth AFB (2) Sheppard AFB (3) Incumbent's Facility (1) Simulated Maintenance Training System 9 Dyess AFB (3) Ellsworth AFB (3) Sheppard AFB (2) Incumbent's Facility (1) Primary/Secondary Flight Control Simulated Maintenance Trainer 1 Ellsworth AFB (1) Egress 2 Dyess AFB (1) Ellsworth AFB (1) Armament System Trainer 3 Dyess AFB (1) Total Devices 35 The contractor will only be responsible for supporting the devices located at Dyess AFB, Ellsworth AFB and Sheppard AFB. CLS/TSSC Services Anticipated. The contractor will be required to perform CLS of the B-1B ATS, MTS, and Egress Trainers. This includes generation, management, and updating of new and existing training system publications; engineering drawings; technical publications; hardware, software, and firmware documentation (product baseline); spares; and support equipment. Distributed Mission Operations. For DMO, the B-1B WSTs and MTs will connect into the DMO Network (DMON) through a portal provided by Northrop Grumman Mission Systems (NGMS), the DMO Operations and Integration contractor, and will have to meet the Combat Air Forces (CAF) DMO Interoperability Standards. The contractor will be responsible for ensuring the WSTs are compliant with the current versions of the CAF DMO System Standards to achieve interoperability in the developed DMO Federations. Security Requirements. The Contractor will be required to have a secure facility. Personnel performing tasks for the B-1B TS will require access to information contained in technical data, films, specifications, and/or related equipment having security classifications up to and including SECRET/NOFORN data. Contract Specifications. It is anticipated that this effort for the B-1B TS will commence on 1 January 2012 and possibility of going until 30 June 2012 to allow for the follow-on B-1B TS contract to be awarded. The B-1B TS will remain at Ellsworth, Dyess, and Sheppard Air Force Bases, where it will be operated and maintained under contractor support. The customer is Air Combat Command (ACC) and the Air Education and Training Command (AETC). III. RFI RESPONSE Part A. Business Information. In response to this RFI, please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: 333319 Teaching Machines (Flight Simulators). Size standard: 500 employees. Based on the above NAICS Code, state whether your company is:  Small Business* (Yes / No)  Woman Owned Small Business (Yes / No)  Small Disadvantaged Business (Yes / No)  8(a) Certified (Yes / No)  HUBZone Certified (Yes / No)  Veteran Owned Small Business (Yes / No)  Service Disabled Small Business (Yes / No) • Central Contractor Registration (CCR) (Yes / No) • A statement as to whether your company is domestically or foreign-owned (if foreign, please indicate the country of ownership). (*) If you answered yes, please explain whether your company would be capable of meeting the requirements of FAR 52.219-14, Limitations on Subcontracting. Part B. Capability Survey Questions General Capability Questions: 1. Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager). 3. Describe your company's capabilities for generating, handling, processing, and storing classified material and data. 4. Describe your company's capabilities and experience in generating technical data, engineering drawings, and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 5. Describe your company's experience in networking flight simulators and in working with interoperability mechanisms such as Distributed Interactive System (DIS) and Higher Level Architecture (HLA). 6. Describe your company's experience in working with the B-1B aircraft or training systems thereof. 7. Describe the top five risks you foresee in executing a sustainment effort of this scope. Engineering Services and Software Development Questions: 1. Describe your capabilities and experience in managing software development projects. Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis, and cost management. Repair Questions: 1. Describe your capabilities and experience in modifying existing training systems/equipment (hardware and software) to solve maintenance and support problems in the training system environment. 2. Describe your configuration management processes and how you identify and resolve parts obsolescence and DMS problems. 3. Describe your process for maintaining inventory records and reporting on hand/in work balances and repair status to your customer. Commerciality Questions: 1. Are there any commercial business practices unique to your industry? If so, please describe. Describe any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. Formal responses should be e-mailed to steve.godby@wpafb.af.mil and rosanna.rodgers@wpafb.af.mil. Emails must be received NO LATER THAN 1600 EDT, 27 October 2011 Also, please mail an original signed copy of your response, postmarked on or before the same date, to: ASC/WNSK Attn: Steve Godby, Contracting Officer 2300 D Street, Bldg 32 Wright Patterson AFB, OH 45433-7249 e-mail: steve.godby@wpafb.af.mil Phone: (937) 255-3748 Technical questions regarding this RFI should be directed to Mr. Wil Hoyt, Program Manager, ASC/WNSPB, (937) 255-7989. Direct and concise responses are preferred. Marketing material is considered an insufficient response to this RFI. Please limit responses to no more than 12 pages. A point of contact that can speak for the responding company should be identified to support further Government inquiries as well as explanations that might be needed with regard to the information provided.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8621-12-R-6254/listing.html)
- Place of Performance
- Address: Dyess AFB, Texas, Ellsworth AFB, South Dakota, Sheppard AFB, Texas, Abilene, Texas, 79607, United States
- Zip Code: 79607
- Zip Code: 79607
- Record
- SN02610611-W 20111022/111020234619-ff203befa41983239b9964ef6aebbfb0 (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 |