SOURCES SOUGHT
15 -- B-1 and B-52 Flexible Acquisition & Sustainment (FAS) II Indefinite Delivery/Indefinite Quantity (IDIQ) Contract - FAS II Source Sought Synopsis
- Notice Date
- 12/22/2017
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8628-18-R-1000
- Archive Date
- 2/6/2018
- Point of Contact
- Jonathan Findlay, Phone: 9377137597, Sara Blue, Phone: 9377137194
- E-Mail Address
-
jonathan.findlay.1@us.af.mil, sara.blue@us.af.mil
(jonathan.findlay.1@us.af.mil, sara.blue@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Synopsis B-1 and B-52 Flexible Acquisition & Sustainment (FAS) II Indefinite Delivery/Indefinite Quantity (IDIQ) Contract Solicitation Number: FA8628-18-R-1000 Agency: Department of the Air Force Office: Air Force Materiel Command Location: AFLCMC/WW-WPAFB Notice Type: Posted Date: Sources Sought 22 December 2017 Response Date: Archiving Policy: 22 January 2018 Manual Archive Set Aside: N/A Classification Code: 16-Aircraft components & accessories NAICS Code: 336411 Aircraft Manufacturing •1.0 Description The Air Force Life Cycle Management Center (AFLCMC) is issuing this Sources Sought Synopsis (SSS) as a means of conducting market research and developing a planned acquisition strategy. The Government seeks to determine the interest and capability of prime contractors to provide comprehensive flexible acquisition and sustainment support to modernize and sustain the B-1 and B-52 weapon systems. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336411 with a size standard of 1,500 THIS IS A REQUEST FOR INFORMATION ONLY. This SSS is for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This SSS does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. The Government will not pay for any information received in response to this SSS, nor will the Government compensate any respondent for costs incurred in developing any information provided. Respondents to this sources sought are advised that participation does not ensure involvement in future solicitations or contract awards. If a solicitation is released in the future, synopsis will occur on the Federal Business Opportunities (FedBizOpps) website. •2.0 Background AFLCMC WWB/WWD is currently contemplating the future flexible acquisition and sustainment acquisition strategy for the B-1 and B-52 weapon systems. The Government anticipates an eventual award of a FAR Part 16 Indefinite Delivery Indefinite Quantity (ID/IQ) contract for flexible acquisition and sustainment for the B-1 and B-52 weapon systems baselines that will include future enhancements, modifications, improvements, and sustainment efforts. The resultant FAS II contract for the B-1/B-52 weapon systems will contain multiple contract types at contract line item level (e.g., firm fixed price, fixed price incentive firm, cost-plus fixed fee, cost plus incentive fee, time and materials, etc.) to accommodate a wide range of potential tasks. The estimated minimum/maximum amount for the flexible acquisition and sustainment is anticipated to be $12B. Contract efforts are subject to FAR 32.703 Contract Funding Requirements and availability of funds. Anticipated award is January 2020 for a portion of the effort contemplated herein. The Government anticipates any resultant contract may include discrete tasks for acquisition and sustainment activities such as (but not limited to) enhancement or improvement efforts for upgrades to the weapon systems to include the various Training Systems, contractor logistics support, technical orders, configuration and data management, spares and support equipment. The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition. •3.0 Requested Information Any potential contract recipient must have sufficient capability to perform at a minimum all of the following B-1/B-52 tasks. For each task below, provide your experience and capability to perform. Provide specific contract information (contract number, date of award, indicate prime or subcontractor, etc.) where applicable. Include Information on existing plant, laboratory, test and production facilities needed to accomplish these requirements, including TEMPEST facilities needed to develop and test hardware and software. •· Perform weapon system enhancements, modifications, or improvements to support at a minimum all weapon system upgrades including studies and analysis, development, test, verification, validation, certification, production, retrofit modifications, training, training systems, and related sustainment efforts •· Studies and analyses •· Support for field contractor repair •· Product support requiring the contractor to identify, evaluate and recommend solutions to resolve weapons system hardware, software and supportability anomalies, deficiencies, and problems •· Integration of hardware and software modifications with appropriate testing to verify proposed engineering solutions •· Software support efforts required to analyze software changes requests, field anomalies, work AF deficiency reports, and implement software changes. (Software changes include studies and analysis, requirements development, design code, test and integration, administrative support, interfacing to flight test firmware, manufacturing and retrofit processes.) •· Efforts for mission planning, training systems and associated ancillary equipment including identifying and evaluating impacts to those systems resulting from air vehicle anomalies, field anomalies and software changes •· Ground and flight testing •· Configuration Management •· Development and maintenance of system related technical orders as required •· Provide applicable aircrew and maintenance training •· Upgrade applicable support equipment as required •· Work System integration in a concurrent modification environment with different vendors (i.e. Radar Modernization Program, Link 16 Secure Line of Sight, Long Range Stand Off, Re Engine Program, Global Positioning System Interface Unit, Crypto Modernization, Defensive Management System, etc.) Notes: •1) The Boeing Company presently owns a substantial portion of the B-1 and B-52 technical data. The prospective contractor for this effort shall be responsible for providing or obtaining access to all necessary data to meet program requirements through direct negotiation with The Boeing Company. The Government will not facilitate any data discussions with Boeing or their suppliers. •2) The Government cannot predetermine at the project level the precise B-1/B-52 weapon system flexible acquisition and sustainment requirements or improvements to be acquired. •4.0 Company Specific Required Information Interested parties shall provide the following business information for your company as well as for any teaming or joint venture partners: •· Company Name: •· Address: •· Point of Contact: •· CAGE Code: •· Number of Employees: •· Phone Number: •· E-mail Address: •· Web Page URL: •· Size of business pursuant to NAICS code 336411, size standard of 1,500 employees: •· Based on the above NAICS Code and size standard above, state whether your company is: •o Small Business (SB)? •o Small disadvantaged business (SDB)? •o Woman-Owned Small Business (WOSB)? •o Economically Disadvantaged Women Owned Small Business (EDWOSB)? •o 8(a) Certified? •o HUBZone Certified? •o Veteran Owned Small Business (VOSB)? •o Service Disable Veteran Owned Small Business (SDVOSB)? •· All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM. •· Interested parties shall provide a statement as to whether the company is domestically or foreign owned (if foreign owned, please indicate the country of ownership). •5.0 Response Date All interested parties shall submit one (1) copy of the requested information via e-mail (maximum of 3 MB) no later than 3:00 PM EDT, 22 January 2018, to the Contracting Officer, Sara Blue, at sara.blue@us.af.mil or Jon Findlay, at jonathan.findlay.1@us.af.mil or address: 2725 C Street, Building 553, WPAFB OH 45433. All questions and comments must be in writing, no telephone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8628-18-R-1000/listing.html)
- Place of Performance
- Address: Wright Patterson AFB, Bldg 553, 2725 C Street, Wright Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN04775280-W 20171224/171222230848-c834d66e5affb7bb2a3fd311d43a8a9a (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 |