Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 30, 2015 FBO #5150
SOURCES SOUGHT

16 -- CLS for EC130-J Commando Solo Special Mission Equipment - Performance Work Statement

Notice Date
12/28/2015
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8509-16-R-CSSM_SS_RFI
 
Archive Date
2/12/2016
 
Point of Contact
Christine O. Tomlinson, Phone: 4789269913, Robert E Rollins, Phone: 478-926-9112
 
E-Mail Address
christine.tomlinson@us.af.mil, robert.rollins.2@us.af.mil
(christine.tomlinson@us.af.mil, robert.rollins.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement Request for Information (RFI) for Specialized Engineering and Technical Services for EC-130J Commando Solo Special Mission Equipment (SME) CAUTION: This market survey RFI is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for engineering and technical support sRequest for Information (RFI) for Specialized Engineering and Technical Services for EC-130J Commando Solo Special Mission Equipment (SME) CAUTION: This market survey RFI is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for engineering and technical support services for all SME hardware and software components and sub-assemblies and implement engineering and technical solutions to problems identified and resolved through analysis and engineering. The Contractor shall be responsible to update or replace training data, training devices, training device technical data, support equipment, and support equipment data. The SME is largely unique to the Commando Solo aircraft and mission. Technical data and drawings are not available, are proprietary, or insufficient for provisioning. Vanishing vendors and parts obsolescence will require close coordination between the configuration management authority and the system vendors because detailed system documentation was not purchased by the Government. The level of security clearance is SECRET and no foreign participation in this requirement is permitted. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. Full technical data is owned by Rockwell Collins Inc. (RCI). The government does not own the rights to the data for the SME. Assets are not available to loan for any reverse engineering effort. The most recent contract was awarded to RCI in 2013 on Contract Number FA8509-13-C-0007. Our current acquisition strategy is a five-year contract (basic plus four option years) and will continue through FY21. This RFI is conducted in accordance with FAR Part 15, FAR 52.215-3, Request for Information or Solicitation for Planning Purposes: (a) The Government does not intend to award a contract on the basis of this solicitation 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 Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of obtaining information relative to an upcoming effort specialized engineering services concerning EC-130J SME sustainment for the Air Force Life Cycle Management Center, PR/SOF Division. INSTRUCTIONS: 1. Below is a short description of EC-130J SME sustainment requirements and a Contractor Capability Survey, which allows you to provide your company's capability. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Questions relative to this market survey should be addressed to Robert Rollins, (478) 926-9112.   REQUIREMENTS DESCRIPTION Specialized Engineering and Technical Services for EC-130J Commando Solo Special Mission Equipment (SME) PURPOSE/DESCRIPTION We are conducting market research to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for the EC-130J Special Mission Equipment (SME) installed on the aircraft and supporting devices. This is sole source procurement for services from Rockwell Collins Inc. Our acquisition strategy is a four-year contract (basic plus three option years) and will continue through FY20. In order to perform on this military unique requirement, the contractor shall possess the knowledge and capabilities required to provide EC-130 J SME maintenance and associated engineering services. The effort will provide Sustaining Engineering Support to include Program Management, Engineering Data, Problem Identification (ID) and Evaluation, System Integration, Time Compliance Technical Order (TCTO) Support, and Integrated Test Facility (ITF) Support. In more detail, these services include: 1) Problem Identification & Evaluation: The Contractor shall provide support to investigate, identify, and evaluate SME system anomalies, and propose solutions to anomalies in SME operation and maintenance between the EC-130J aircraft and SME as identified during operations or as part of development efforts. 2) Service Engineering: The Contractor shall provide engineering and technical support services to all SME hardware and software components and sub-assemblies, with the exclusion of MF/HF Transmit only and Trailing Wire System (HTWA/VTWA), and implement engineering and technical solutions to problems identified and resolved through analysis and engineering task paragraphs. Upon PCO approval, the Contractor shall produce a prototype kit and prototype kit installation to show proof of concept when required. The Contractor shall develop means to integrate those components and sub-assemblies into the aircraft, and provide modifications and updates to associated training devices and support equipment. The supported systems include all existing SME equipment on the aircraft as well as any upgraded, modified, or additional equipment added due to Government requirements. The Contractor shall provide timely and effective response to deficiency reports, configuration change requests, and any other equipment issues known to cause operational limitations of the SME. The Contractor shall support development and qualification of replacement parts to include drawings, specifications, and technical data updates. The Contractor shall be responsible to update or replace training data, training devices, training device technical data, support equipment, and support equipment data. The Contractor may be required to support field support visits to accomplish troubleshooting actions in a variety of operating locations. 3) System Integration: The Contractor shall support the definition, analysis, and resolution of special integration issues associated with the EC-130J Commando Solo SME for existing systems and subsystems. The Contractor shall provide support to resolve special integration problems and deficiencies associated with recently installed system and subsystems which have not yet reached a maturity level to provide a reliable discrepancy history. This support may entail technical studies, analytical engineering, software engineering, system integration engineering, validation and verification, and possible remediation testing. 4) Configuration Management/Engineering Data: The Contractor shall develop, produce, maintain, and deliver Product Drawings, Models and Associated Lists in the form of a Technical Data Package (TDP) that accurately depicts the final product. The TDP shall represent the approved, tested, and accepted configuration of the defined delivered item(s). TDP data includes, but is not limited to, Computer Aided Design (CAD) data, CAD models, model based definition data sets, Gerber data and Master Bill of Materials (BOM). The TDP shall provide the necessary design; engineering, manufacturing, testing and quality assurance requirements information necessary to enable the procurement or manufacture of an item(s) essentially identical to the original item(s) that duplicates the physical and performance characteristics of the original product(s) without additional design engineering effort or recourse to the original design activity or any third party. 5) Technical Order (TO) and Time Compliance Technical Order (TCTO) Support: The Contractor shall provide support for the investigation and creation of TCTO. This includes support of kit proof, trial kit installation, validation and verification, and functional and physical configuration audits. The Contractor shall develop and deliver source data as directed. The Contractor shall support the sustainment of EC-130J operations, maintenance, and flight manuals, and associated checklists as directed. The Contractor shall support review of AFTO Forms 22/252/27/847 requirements, and shall review and support incorporation of immediate/urgent action TCTOs, and operational/safety supplements. The Contractor shall identify errors, and recommend paths to resolve/reconcile the errors. 6) ITF Support: The Contractor shall preserve the existing ITF, currently located at Rockwell Collins, Richardson TX, to the extent necessary to support engineering/technical services and aircraft equipment repairs.   CONTRACTOR CAPABILITY SURVEY EC-130J SME Sustainment Part I. Business Information 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 541330 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 Veteran Small Business (Yes / No) System for Award Management (SAM). (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Written responses must be received no later than close of business 21 Jan 2016. Please email your response to: Robert.Rollins.2@us.af.mil AFLCMC/WIUKA Questions relative to this market research should be addressed to Robert Rollins. Part II. Capability Survey Questions General Capability Questions: 1.Describe briefly the capabilities of your facility 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 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. 3.Describe the capabilities and experience of the personnel your company will employ for fulfilling these requirements. Engineering Service Questions: 1.Describe your services capabilities and experience with regard to the requirements of this effort. 2.What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9000, QS-9000, EIA-599, or otherwise)? 3.Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items: a.Contract Number b.Procuring Agency c.Contract Value d.Services Provided 4.Describe your capabilities and experience in developing/enhancing test programs written in the ATLAS language. Include associated upgrade of test requirement documents. 5.The government does not own the complete data for the SME, nor does it have an asset to loan for developing the information. How does your company plan to overcome this obstacle? 6.If attempting to reverse engineer, what is your company's timeline to become a fully capable source for this effort?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8509-16-R-CSSM_SS_RFI/listing.html)
 
Record
SN03978664-W 20151230/151228234031-ba11214f3f948bd417f2cba8bd7122ec (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.