SOURCES SOUGHT
J -- Seeking Sources for B-1 IBS Display Support Equipment Depot Standup
- Notice Date
- 9/27/2013
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
- FA8628-14-R-2250
- Archive Date
- 11/9/2013
- Point of Contact
- Amanda C. Collins, Phone: 9377136298
- E-Mail Address
-
amanda.collins.10@us.af.mil
(amanda.collins.10@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- MEMORANDUM FOR Potential Sources FROM: B-1 Division (AFLCMC/WWNK) 2690 Loop Road West, Bldg 556 Wright-Patterson AFB 45433-7148 SUBJECT: Request for Information / Sources Sought Solicitation Number: FA8628-14-R-2250 The United States Air Force (USAF), AFLCMC/WWNK, is seeking sources for Support Equipment Depot Standup Capabilities for two displays (see Table 1) manufactured by Rockwell Collins and installed on the B-1B aircraft as part of the Integrated Battle Station (IBS) modification. This Request for Information (RFI) is issued for informational and planning purposes only. This is not a Request for Proposal (RFP). It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals nor will any award be made as a result of this synopsis. The US Air Force will not be responsible for, or reimbursing of, any costs incurred by interested parties in responding to this request for information. This notice is an announcement seeking market information on businesses capable of providing the services as described herein. The B-1 Program Office is currently conducting market research to determine qualified, experienced, and interested potential sources. The information requested by this RFI will be used within the USAF to facilitate decision making and will not be disclosed outside the agency. This action is in support of the B-1 Weapon System, a major program assigned to the Program Executive Officer for Fighter and Bombers (AFPEO/FB). The B-1 IBS Project Management Office (PMO) has a requirement to facilitate Ogden Air Logistics Complex (OO-ALC) in obtaining depot repair capability in support of the IBS displays used on the B-1 IBS weapon system. The USAF proposes to award a contract for depot standup capability for B-1 IBS displays manufactured by Rockwell Collins. The contractor shall provide all functional support items required to support the establishment of component testing and repair capability at OO-ALC. Subsequent to the depot activation, OO-ALC plans to develop a maintenance partnership with the OEM or other potential contractor that would be qualified to enter into such a partnership to repair the aforementioned displays to achieve better facility utilization, reduced cost of ownership and more efficient business processes. For this requirement, the contractor shall provide depot-level logistics support for two B-1 IBS Displays and related Shop Replaceable Unit (SRUs). The support provided will comprise of the transfer of Government Furnished Property (GFP) test stations and include delivery of all peripheral equipment, fixtures, cabling and jigs required for repair of all applicable Line Replacement Unit (LRUs), Test Program Sets (TPS) for intermediate level (card swapping) repair capability, technical publications, training and a support package including identifying and procuring replacement SRUs, component parts and spares necessary to maintain timely repair of the displays identified in Table 1 (below). The Government performed a cost analysis to determine which Automated Test Status (ATS) was best suited for the depot repair capabilities. The Versatile Depot Automatic Test Station (VDATS) is the Department of Defense United States Air Force (DOD/USAF) approved family tester and also provides the lowest life cycle cost over a twenty (20) year period, therefore the VDATS has been selected as the ATS to accomplish this depot repair. The VDATS will be provided as Government Furnished Property (GFP) to the contractor for performance of this contract and will be transitioned to the depot for standup and training as part of this effort. The Contractor shall develop and validate test procedures for the VDATS tester; additionally, the Contractor will facilitate the physical transfer of the ATS and install the TPS at OO-ALC. The Contractor shall provide all functional support items required and necessary to support the establishment of component testing and repair capability at OO-ALC. The Contractor shall facilitate, qualify and establish OO-ALC as a partner, supplier for repair of the B-1 IBS Displays and associated repairable items. Table 1 B-1 IBS LRUs Nomenclature NSN Part Number Fully Integrated Data Link (FIDL) Display NA 822-3142-001 Vertical Situational Display Unit (VSDU) Display NA 822-3143-001 Rockwell Collins is the designer, developer, integrator and sole manufacturer of the aforementioned displays utilized in the B-1 IBS aircraft since IBS inception. The government does not have sufficient technical data required to establish repair capabilities, therefore cannot provide Government Furnished Information (GFI) to contractor in support of the depot standup. If your firm has an interest in proposing on the requirements described above, please provide to AFLCMC/WWNK, Attn: Amanda Collins, 2690 Loop Road West, Bldg 556, Wright-Patterson AFB 45433-7148, your company name, address, point of contact, telephone number, business size, contract information, and general description of the company and services provided. E-mail submission of your written statement, including any comments to amanda.collins.10@us.af.mil. Response must be received by this office at or before 5:00pm EST (local time) on 25 October 2013.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8628-14-R-2250/listing.html)
- Record
- SN03205314-W 20130929/130927234934-91a2ef275daab379fabb752be543f16f (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 |