Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 02, 2018 FBO #6004
SOURCES SOUGHT

15 -- IDIQ for Sustainment of the B-2 Weapon System - Sources Sought

Notice Date
4/30/2018
 
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
FA8616-18-R-6060
 
Archive Date
5/30/2018
 
Point of Contact
Chad M. Hines, Phone: 9377136023
 
E-Mail Address
chad.hines@us.af.mil
(chad.hines@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
B-2 Sustainment Sources Sought 2018 The B-2 Program Office contemplates extending the ordering period of a previously awarded Indefinite Delivery Indefinite Quantity (IDIQ) to cover sustainment tasks of the B-2 weapon system from May 2019 through May 2024. This effort includes assuming platform integration responsibility for the current B-2 weapon system. It is anticipated that the sustainment of the B-2 weapon system will entail several delivery orders on the IDIQ contract using multiple contract types at the contract line item level (e.g., firm fixed-price, cost-plus incentive fee, cost-plus fixed fee, time and material) to accommodate a wide range of potential tasks. Contract efforts are subject to FAR 52.232-18 Availability of Funds. Contract(s) may include level of effort and discrete tasks for sustainment of the existing aircraft configuration, as well as planning, development, test, qualifications, integration, production, installation, fielding, as related to the sustainment of the B-2 fleet. Sustainment activities for existing capabilities will include analysis, planning, and execution of Programmed Depot Maintenance (PDM), product support and software maintenance, interim contractor support, contract depot maintenance, technical order development/publication/maintenance, maintain Contractor Integrated Technical Information Services (CITIS) database, provide CITIS helpdesk support, configuration and data management, contractor inventory control point/contractor logistics support, spares and support equipment procurement/sustainment, perform classified aircraft component support to purge classified data before placing repair items into the AF supply system, diminishing manufacturing sources and material shortages (DMSMS) management and parts acquisition, as well as contractor field team (CFT) support to include emergency fleet repair support. Support of these capabilities requires robust expertise in multiple functional areas, including systems engineering, program management, contracting, pricing, financial management, subcontract management, and facilities management. Core technical engineering disciplines require competency in electrical, flight systems, information assurance, material sciences, low-observable technology sciences, survivability/vulnerability, nuclear certification/hardness and nuclear surety, software, avionics, communications/airborne networking, operational safety, suitability, and effectiveness, systems, structural, and aerospace. Additionally, the contractor must possess the ability to implement Defense Department processes for major defense contractors for earned value management and program reporting. The requirements for this acquisition are further defined in terms of functions to be performed relative to sustainment for the B-2 weapon system. Sufficient capability must exist to perform PDM planning, specifically, to outline provisions for manpower, equipment, facilities, business support systems, security, material, support infrastructure, induction/delivery schedules, test requirements, rough order of magnitude labor and material impacts and drop-in aircraft maintenance plan for PDM performance for the fleet of twenty aircraft. The contractor will provide interim contractor repair on programmed and known/unknown non-programmed B-2 weapon system items identified for repair/modification. Product support requires the contractor to identify, evaluate and recommend solutions to resolve B-2 weapon system hardware and software technical and supportability anomalies, deficiencies, and problems. Integration of hardware modifications with software and testing including flight testing, to verify adequate proposed engineering problem solutions is required. Maintain a core flight test capability (personnel and equipment) as part of the B-2 combined test force at Edwards AFB, CA. Must be able to provide necessary software support to analyze software change requests, field anomalies, and software changes, including changes to the operational flight programs, and requires a comprehensive understanding of how independent changes affect the entire weapon system. The software support concept consists of management and operation of software integration at the Oklahoma City-Air Logistics Complex B-2 Weapons System Support Center Software Integration Laboratory. Software changes include requirements development, design, code, test and integration, administrative support, flight test interfacing, firmware manufacturing, and retrofit processes. Efforts for mission planning systems, B-2 training systems and other mission essential ground equipment include identifying and evaluating impact to those systems resulting from air vehicle/field anomalies, aircraft integrations/modifications, and software changes. Maintenance of B-2 system(s)-related technical orders as required. At a minimum, provide maintenance of CITIS for the government to access all B-2 aircraft sustainment technical data. The B-2 program office is surveying the market to determine if any sources are qualified to perform all of the aforementioned requirements for this contract. Qualified sources must have an in-depth knowledge of the B-2 aircraft design and have the existing capability to perform all of the stated requirements commencing 01 May 2019. The government does not own the source code nor a complete product level technical data package. Interested sources must submit the following information for government evaluation: (a) Description of existing weapon system experience relative to sustainment support activities to include an outline of previous work performed; (b) Description of capability to integrate, fabricate, test, install and support improvements to weapon systems. This description shall include the contractor's capability to provide for the security of classified and unclassified hardware/software and storage/handling of documentation up to the Top Secret Special Access Required level. Minimum personnel security clearance requirements for this effort are Secret; (c) Qualifications of lead management and engineering personnel projected to work on this contract (to include education, background, accomplishments, and other pertinent information relevant to the tasks outlined above); (d) Organizational structure, with emphasis on how this program fits into the company's overall weapon system acquisition and sustainment processes; (e) 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; (f) Any deficiencies in capabilities and a proposed fix to those deficiencies; (g) If subcontractors are to be utilized, similar information as requested above for the prime contractor is required for each identified subcontractor. The capabilities package should be limited to 60 total pages, while clearly demonstrating an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Firms responding to this announcement should indicate whether they are a large business, small business, Small Disadvantaged Business, Women-Owned Small Business, 8(a) Certified Small Business, Service-Disabled Veteran-Owned Small Business, Veteran-Owned Small Business (VOSB), or Historically Underutilized Business Small Business. The National American Industry Classification System code for this action is 336411 Aircraft Manufacturing. Interested sources shall include their company size and CAGE code in the information provided. All prospective contractors must be registered in the System for Award Management database ( http://www.sam.gov ) to be awarded a DoD contract. Interested firms should submit sufficient information which will permit evaluation of technical capabilities electronically to Richard.Dickerson.2@us.af.mil or hardcopy mailed to AFLCMC/WWZ, Attn: Mr. Richard "Brant" Dickerson, BLDG 556, 2690 Loop Road West, Wright Patterson AFB, OH 45433-7148 within 15 calendar days from the date of this announcement. Electronic transmissions should be in Microsoft Office or Adobe PDF compatible format. Questions or concerns should be directed to Mr. Chad Hines at Chad.Hines@us.af.mil or (937) 602-9532.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8616-18-R-6060/listing.html)
 
Place of Performance
Address: 2690 Loop Rd West, BLDG 556, Wright Patterson, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04905176-W 20180502/180430230826-32623bed0a64d87acd01ceadafc954d9 (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.