SOURCES SOUGHT
49 -- FaCT Characterization Tool Repair - RFI
- Notice Date
- 3/1/2018
- 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, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8533-18-FACTRepair
- Archive Date
- 3/30/2018
- Point of Contact
- Russell C. McGaha, Phone: 4782227350
- E-Mail Address
-
russell.mcgaha@us.af.mil
(russell.mcgaha@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information Fast Characterization Tool (FaCT) The Government is conducting market research to identify potential sources that may possess the repair data, expertise, capability, and experience to meet qualification requirements to repair FaCT NSNs (4920-01-571-1970, 4920-01-565-4320). The level of security clearance and amount of foreign participation in this requirement has not been determined. The FaCT was previously repaired by Rockwell Collins-ESA Vision Systems (RCEVS) under contract FA8519-16-P-0003. The RMC/RMSC code for these NSNs is R3/R, and the NAICS code is 334511. This service has been performed multiple times by RCEVS, who is the Original Equipment Manufacturer (OEM). This service will be acquired using Other Than Full and Open Competition (OTF&OC) as prescribed by FAR 6.302-1, as Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This action will result in an award of a repair service contract with one (1) basic year and four (4) one-year options. The technical data required to organically repair or complete the repair is not owned by the Government, and is uneconomical to acquire the data by purchase or to reverse engineer the item. This sole source requirement will be purchased from the following sources: Rockwell Collins-ESA Vision Systems 4700 Marine Creek Parkway Fort Worth, TX 76179-3505 CAGE Code: 6VSE4 NAICS Code: 334511 Samples of this test set are not available for potential developers/suppliers to evaluate. Contractor shall furnish all material, support equipment, tools, test equipment, and services. The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor's facility. Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts. 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. FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes Request for Information or Solicitation for Planning Purposes (Oct 1997) (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 the repair for the Fast Characterization Tool (FaCT). Fast Characterization Tool (FaCT) INSTRUCTIONS: 1.The document contains a description of the FaCT repair requirements and a Contractor Capability Survey. The Survey allows Contractors to provide their 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.) Identify any areas of work that your organization believes should be broken out exclusively for Small Business. 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 the PCO, Russell McGaha, 478-222-1955, or via email at russell.mcgaha@us.af.mil PURPOSE/DESCRIPTION The FaCT is used in support of the Joint Helmet Mounted Cueing System (JHMCS) for the F-15/F-16 aircraft. The FaCT generates magnetic compensation data for the JHMCS. It is a commercial tool used for characterization of the electromagnetic field in user-defined volumes. It has commercial and military applications. FaCT is an alternative to the existing Cockpit Metal Magnetic Mapper (CMMM), which was used to characterize the electromagnetic field in aircraft cockpits equipped with JHMCS. FaCT is designed to perform the characterization process in significantly less time than CMMM, including preparation, setup and process time. The FaCT requires both software and hardware, to include the toughbook, cables, camera and USB to function. Each JHMCS cockpit must go through a process called mapping, in which the actual magnetic field in the cockpit is measured and a Magnetic Compensation Data (MCD) is generated. This data is stored within the Helmet Mounted Display System (HMDS), and enables accurate Line of Sight (LOS) calculation. Without ongoing repairs of the FaCT, the F-15/16 pilots will not have the JHMCS capability. A lack of the said capability could jeopardize the pilot's line of sight, degrade successful mission accomplishment and ultimately, compromise our national security. NOUN NSN P/N Fast Characterization Tool 4920-01-571-1970 MB559CA-00 Fast Characterization Tool 4920-01-565-4320 MB559A-10 This requirement is for repair services only. The repair strategy is a five (5)-year contract (one (1) basic plus four (4) one-option years) and will continue through FY22. The projected quantities for repair will be Best Estimated Quantities (BEQs). The FaCT delivered by the contractor shall be 100% tested, serviceable and compatible to government standards. This message may contain competitive, sensitive or other non-public information not intended for disclosure outside official government channels. If replacement parts are required for the repair, OEM parts or better must be used. The FaCT shall be repaired to the latest configuration to maintain performance requirements. Figure 1: Example of Fast Characterization Tool (FaCT) CONTRACTOR CAPABILITY SURVEY Fast Characterization Tool (FaCT) 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: NOTE: For the proper NAICS code, c onsult with the Buyer/PCO 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) •· Central Contractor Registration (CCR). (Yes / No) •· A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Written responses, no facsimiles or e-mails please, must be received no later than close of business 15 MARCH 2018. Please mail or email two (2) copies of your response to: AFLCMC/AFSC/PZAAA Attn: Russell McGaha Bldg 300WW 235 Bryon St., STE 19A Robins AFB GA 31098-1600 Or russell.mcgaha@us.af.mil NOTE: Ensure data is either hard copy or in a readable electronic format. Ensure electronic data can be received through a firewall. Part II. Capability Survey Questions A. General Capability Questions: 1. Describe briefly the capabilities of your facility and nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 3. 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. 4. What is your company's current maximum production capacity per month? Provide information on any facility reserves you may possess to increase production capacity in the event of an immediate need do to critical operational mission requirements. 5. What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.). •a. Provide a detailed quality plan implementing AS9100 or ISO 9001 (or equivalent). B. Manufacturing Questions: Describe your capabilities and experience in manufacturing with regard to the requirements of this effort. 2. Describe your capabilities and experience in developing/modifying manufacturing procedures. Include associated upgrade of technical orders and preparation of new technical orders. 3. Demonstrate your ability and experience in the manufacture of the same or similar components, which are currently utilized in the commercial or military environment by providing the following information on the same or similar items: •a) Contract Number •b) Procuring Agency •c) Contract Value •d) Number of assets shipped 4. Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the manufacture and functional check of these or similar assets for Government Engineer review. 5. Describe your capabilities and experience in test, evaluation, and repair processes/procedures with regard to manufacturing items. 6. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems. 7. Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. 8. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer. 9. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. a. Provide an outline of the proposed process, including inspections. i. State the type of test procedures are anticipated for this effort. ii. State the type of inspection processes anticipated for this effort. 1. NDI/T. 2. Destructive testing/inspection. 10. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. 11. If the item cannot be manufactured in total, state what your organization can produce. 12. State any technology insertion ideas for the item that would be suitable for this effort. 13. Discuss any reverse engineering or item replacement opportunities that may be present. •1.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8533-18-FACTRepair/listing.html)
- Record
- SN04839291-W 20180303/180301231108-dd9ef3a3bd4eea2fbff3b1b9a776ffa6 (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 |