SOURCES SOUGHT
70 -- Interim Contractor Support for Advanced Data Transfer Equipment Repairs - Sources Sought Synopsis
- Notice Date
- 8/28/2013
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WG, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- 20130828ADTE
- Archive Date
- 9/26/2013
- Point of Contact
- Martha A. Cruse, Phone: 9376566072, Andrea J. Williams, Phone: 937-656-6109
- E-Mail Address
-
martha.cruse@wpafb.af.mil, andrea.williams3@wpafb.af.mil
(martha.cruse@wpafb.af.mil, andrea.williams3@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS General Information Document Type: Sources Sought Synopsis Solicitation Number: 20132823ADTE Posted Date: 28 AUG 2013 Original Response Date: Current Response Date: Archive Date: Classification Code: Contracting Office Address: Air Force Life Cycle Management Center (AFLCMC) AFLCMC/WWMU Bldg 553 Wright Patterson AFB, OH 45433-7101 Description: This Sources Sought Synopsis is published for market research purposes only. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FedBizOpps website. There is no solicitation available at this time. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. Requests for solicitation will receive no response. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. The Fighter Bomber Directorate, AFLCMC/WWMK, Wright Patterson AFB OH 45433-7424, in support of the F-16 Program Office, Wright Patterson AFB, Ohio is seeking information for Commercial Interim Contract Support (CICS) for the GE Aviation manufactured Advanced Data Transfer Equipment (ADTE) previously procured as a qualified off the shelf form and fit replacement for a baseline Data Transfer Unit (DTU). The current ADTE was recently upgraded with additional throughput and additional memory via a core software upgrade to support F-16 mission requirements. Specifically, the F-16 program office is seeking a source for Logistical Support for the F-16 GE manufactured ADTE which consists of an Advanced Data Transfer Unit (ADTU) and an Advanced Data Transfer Card (ADTC) for a basic period of performance plus options beginning in FY14 with at least two option years, FY15 and FY16. Responders should indicate if their support capabilities encompass ADTE for both USAF as well as Foreign Military Sales (FMS) equipment for European Partnering Air Forces (EPAF) consisting of Belgium, Denmark, the Netherlands, Norway and Portugal. Due to security access, system attributes, and concept of operations, foreign contractor participation is not permitted at the prime contractor level. United States contractors must be physically located in the United States of America. Responders are advised that they must have current knowledge of the overall ADTE System experience and technical data required to perform all associated support efforts for ADTE. The planned annual support is estimated to be for a range of up to 50 F-16 ADTE Units. The responder must provide personnel security clearance prior to any point-to-point classified discussions. The Security Point of Contact (POC) is Mr. Ron Von Neumann, Wright Patterson AFB, OH 45433 (937) 656-6102. GE has been the sole designer, manufacturer and integrator of the F-16 ADTE system since the program's inception. Information is being collected from all potential sources at this time. Contractors interested in this effort must complete the attached capabilities matrix and submit a 6-8 page capabilities document, which should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided, including whether this experience was as a prime or sub-contractor, whether it was in support of a Government or commercial contract, and what the scope of the experience was. Interested contractors must clearly explain how they intend to meet the F-16 ADTE requirements. The capabilities document shall detail: (1) Scope of the experience; (2) Teaming and/or subcontracting arrangements, which should be clearly delineated, indicating previous experience in teaming, particularly with proposed teammates, and (3) Whether it was in support of a Government or commercial contract. Interested contractors shall clearly explain how they intend to meet the stated requirements via teaming/subcontracting while maximizing opportunities for small business participation in accordance with FAR Part 19. Previous experience in teaming must be provided. Respondents shall indicate whether they are interested in either prime or subcontracting opportunities. Additionally, firms responding to this announcement as the "prime contractor" should indicate whether, in relation to NAICS code 336413 (size standard 1000 employees), they are a large business, small business, small disadvantaged business, woman-owned small business, economically disadvantaged woman-owned small business, 8(a)-certified small business, service-disabled veteran-owned small business, veteran-owned small business, or historically underutilized business zone small business. If the contractor can perform a self-contained portion of the effort (without deficiencies in any other interdependent capabilities area, such as necessary data to accomplish the specific portion of work), please submit a capabilities package for that portion of work. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded any DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in SAM. Respondents shall include their CAGE code, if possible. The capabilities of the contractor team must recognize that the acquisition strategy for the F-16 ADTE, did not include procuring drawings (detailed design data) or re-procurement (production) data. The only data the Air Force has procured as of this date are technical orders and operating manuals. The government does not own the data rights to the systems, nor will the depot maintenance technical order library be complete during the contracts' period of performance. Consequently, the contractor must possess a complete technical knowledge and understanding of the F-16 ADTE system. If you cannot provide the required commercial interim contractor support without technical documentation, the contractor shall identify a rough order of magnitude (ROM) cost and time to produce Level III technical data packages (TDP) in accordance with MIL-DTL-31000A or equivalent. For the purposes of the ROM, respondents should advise of any proprietary markings. The ROM shall not exceed 15 pages. The Air Force anticipates this acquisition will utilize procedures outlined in FAR Part 12-Acquisition of Commercial Items and FAR Part 15-Contracting by Negotiation. The contractor will be required to provide all necessary supplies, services and personnel to complete F-16 ADTE support tasks. That means responding to program needs from the Wright-Patterson AFB ADTE team. Please submit one (1) electronic copy (no greater than 10 MB) of the Capabilities Package in MS Word TM or HTML format to AFALCMC/WWMK, Attn: Ms. Martha Cruse, 2725 C Street, Bldg 553, Wright-Patterson AFB, OH 45433-7126 or martha.cruse@us.af.mil Documents should be submitted no later than 14 calendar days following posting SSS to FBO. Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer, Ms. Andrea Joy Williams. E-mail: andrea.williams@us.af.mil The AFLCMC Ombudsman for this effort is Ms. Jill Willingham, DAF, Chief, Program Management Division Wright Patterson AFB OH 45433, Phone (937) 255-5472, E-mail: jill.willingham@us.af.mil. ATTACTMENT 1 Capability Requirements INTERESTED CONTRACTOR'S CAPABILITY STATEMENT Interested contractors shall complete this worksheet Section One COMPANY INFORMATION Company Name Street Address City/State/Zip Point of Contact E-Mail Telephone Cage Code Web Page URL Section Two Company's Business Status and Socio Economic Status (YES or NO/Comments in conjunction with NAICS code 336413, size standard is 1000 employees) Large Business Small Business Small Disadvantaged Business Woman Owned Small Business Economically Disadvantaged Woman- Owned Small Business 8(a)-certified Small Business Service-disabled Veteran-owned Small business (SDVOSB) Veteran-Owned Small Business (VOSB) Historically Underutilized Business (HUBZone) Section Three CAPABILITIES In this section, the contractor shall clearly and succinctly document the capability to perform each requirement Requirements: •1. Initial Test •2. Tear Down •3. Inspection •4. Troubleshooting (down to the component failure) •5. Replacing failed components (whether on the chassis or on subassemblies/resistors, capacitors, connectors) •6. Retest of failed subassemblies, •7. Reassembly •8. Performing final ATP recertifying
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/20130828ADTE/listing.html)
- Record
- SN03165981-W 20130830/130829000058-c6074dd10870160946728da6d78d7d6e (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 |