SOURCES SOUGHT
H -- AFICA MOKKITS Sustainment - MOKKITS Sustainment Sources Sought Draft
- Notice Date
- 1/24/2018
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- AFICA - AFICA- PACAF
- ZIP Code
- 00000
- Solicitation Number
- FA5215-18-R-7004
- Archive Date
- 2/21/2018
- Point of Contact
- Patrick L. Heppard, Phone: 808-471-4256
- E-Mail Address
-
patrick.heppard@us.af.mil
(patrick.heppard@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- MOKKITS Sustainment PWS Draft of Needs The following is a sources sought to gather data for planning purposes. This sources sought synopsis does not constitute a request for proposal (RFP), request for quote, invitation for bid, nor does it in any way restrict the Government to its ultimate acquisition approach. The Government is not liable for any costs incurred by the contractor in response to this synopsis, and therefore, will not compensate any contractor for work performed in response to this synopsis. The 766th Specialized Contracting Squadron is conducting market research to determine potential sources for a follow-on depot level logistics support for sustainment of Misawa/Osan/Kunsan/Kadena Instrumented Training System (MOKKITS). The current MOKKITS Sustainment Contractor (MSC) contract expires in September 2019 and HQ PACAF/A3XR requires follow-on MSC for MOKKITS. The MOKKITS provides realistic Air Combat Training to the warfighter and employs instrumentation on high activity participant aircraft and ground subsystem components. The system contains an air-to-air data link for sharing participant GPS based time-space-position information and is capable of both range-less and ground-based live monitor operations. The MOKKITS includes sustainment of the airborne subsystems (pods) AN/ASQ-T34 and AN/ASQ-T503 at all permanent sites and Surface Instrumented Sub-system (SIS) / Real Time Server (RTS) at Kadena AB including all management, labor, equipment, (hardware and software), engineering, materials (including Data Transfer Device (DTD), umbilicals, buffer adapters, ballast weights, etc.), tools, transportation, and supplies. This sources sought encompasses the continued level of MCS for the MOKKITS necessary to sustain operational tempos at MOKKITS operating locations. The Government expects to award a Firm Fixed Price contract for depot level support. The period of performance for each year is up to 12 months from contract award and the contract will cover a base year and four option years. Limited maintenance is accomplished at field level. The maintenance concept is remove and replace line replaceable units at the field organizational level and return to the contract depot for repair/overhaul. There is no complete technical data package, with minimal organizational data being primarily for loading/unloading and check-out of the pods. More detail on the requirement is provided in the attached performance work statement draft. Information available for potential government solicitation consists of non-proprietary maintenance and technical data. Information sought by the Government includes: 1) Company Information a. Company Name b. Company Address c. Point of Contact d. Point of Contact Telephone Number e. Point of Contact E-mail Address f. CAGE Code g. DUNS Number h. NAICS i. Business Size (i.e. Small Business, Other than Small) j. Socio-Economic Status (i.e. 8(a) HubZone, Veteran-Owned, Women-Owned, etc.) 2) Capability Statement a. Company Background b. Brief History of relevant past performance of sustainment for similar systems c. Number of Years of experience and specific systems experience and or approach d. Identify contract performance requirements and actual contract performance against the standard requirements. If no capability exists, please state so and where. e. Primarily doing business with (i.e. Private/Commercial or Government sector) f. Workarounds Where Capabilities Do Not Exist. For each paragraph above where capabilities do not exist, please identify how the requirement would be satisfied. Specifically address workarounds due to the lack of a hardware/software technical data package and the lack of software/firmware course code. g. How much time woudl be reasonable for the solicitation period to be for a proposal? (i.e. 30 days, 45 days, etc.) h. How long is adequate for phase-in and phase-out procedures. l. ability to obtain secret clearance j. Ability obtain facility secret clearance k. contract vehicles that you are on that are applicable. Information associated with this effort is unclassified. All responses will be unclassified. If respondents wish to restrict distribution of White Papers, they must be marked appropriately. Government responses to questions that are broadly applicable to all will be posted on the FedBizOps website. Participation is strictly voluntary with no cost or obligation to be incurred by the Government. Responses must be received by 4:00 pm Hawaii Standard Time (HST) on 6 February 2018 through the government entry point of the email patrick.heppard@us.af.mil. Points of Contact for this acquisition are Primary: Mr. Patrick Heppard, patrick.heppard@us.af.mil, (808) 471-4256 Alternate: TSgt Brian Powell, brian.powell.1@us.af.mil, (808) 471-4248 Any responses received after this date and time may not be considered at the direction of the Contracting Officer.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c9d60fe09ee2deb9deb29114bcd2896a)
- Place of Performance
- Address: Misawa AB, Japan; Osan AB, Korea; Kunsan AB, Korea; Kadena, Japan and all TDY locations., United States
- Record
- SN04797742-W 20180126/180124230911-c9d60fe09ee2deb9deb29114bcd2896a (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 |