SOURCES SOUGHT
J -- Repair, Software Sustainment, and Production of the AN/USM-670A Joint Service Electronic Combat Systems Tester (JSECST) Core Test Set (CTS)
- Notice Date
- 1/22/2020 7:50:46 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- FA8533 AFLCMC WNKAB ROBINS AFB GA 31098 USA
- ZIP Code
- 31098
- Solicitation Number
- FA8533-20-R-0007
- Response Due
- 2/21/2020 1:00:00 PM
- Archive Date
- 03/07/2020
- Point of Contact
- Sandra Harvey, Phone: 478-222-1906, Erica Busch, Phone: 478-222-1918
- E-Mail Address
-
Sandra.Harvey.2@us.af.mil, erica.busch@us.af.mil
(Sandra.Harvey.2@us.af.mil, erica.busch@us.af.mil)
- Description
- AN/USM-670A Joint Service Electronic Combat Systems Tester (JSECST) CAUTION: The Government is conducting market research to identify potential sources that may possess the expertise, capabilities, and experience to meet requirements for a strategic contract, to include Repair, Software Sustainment, and Production of the AN/USM-670A Joint Service Electronic Combat Systems Tester (JSECST) Core Test Set (CTS). This includes, but is not limited to: failure analysis of the tester and components; verification and troubleshooting; calibration;� integration testing; returning tester to service in accordance with technical specifications as detailed in the applicable technical orders; and producing the JSECST CTS, and the Lab JSECST. The purpose of this questionnaire/survey is to obtain information relative to an upcoming procurement for AFLCMC/WNAAA Automatic Test Set (ATS) Program Division at Robins AFB, GA. AMSC/AMC: AMSC R.� The Government does not own the data or the rights to the data needed to purchase this part from additional sources.� It has been determined to be uneconomical to buy the data or rights to the data.� It is uneconomical to reverse engineer the part.� This code is used when the Government did not initially purchase the data and/or rights.� If only one source has the rights or data to manufacture this item, AMCs 3, 4, or 5 are valid.� If two or more sources have the rights or data to manufacture this item, AMCs 1 or 2 are valid. AMC 3.� Acquire, for the second or subsequent time, directly from the actual manufacturer RMSC/RMC: � � RMC R3 - Repair, for the second or subsequent time, directly from the actual manufacturer. RMSC R. The Government does not own the data or the rights to the data needed to contract repair of this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. This code is used when the Government did not initially purchase the data and/or rights. If only one source has the rights or data to repair this item, RMCs 3, 4, or 5 are valid. If two or more sources have the rights or data to repair this item, RMCs 1 or 2 are valid. The Government does not own or have access to the technical data for these items. Currently, the only known sole source contractor for this effort is AAI Corporation/Doing Business As (DBA) Textron Systems. AAI Corporation is the Original Equipment Manufacturer (OEM) and has proprietary rights to the technical data. Additionally, the Government has determined that this tester is a non-commercial item. There are no sample items available for review. Contractor shall furnish all material, support equipment, tools, test equipment, and services for the performance of this acquisition. The contractor is also 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. In accordance with FAR 52.215-3: ����������� a. The Government does not intend to award a contract on the basis of this market ����������� research or the otherwise pay for the information solicited except as an allowable cost under other contracts as provided in FAR subsection 31.205-18, Bid and proposal costs. ����������� b. Although �proposal� and �offeror� are used in this request for information, your ���������� response will be treated as information only. It will not be used as a proposal. ����������� c. This RFI is issued for the purpose of market research. INSTRUCTIONS: The document below contains a description of the JSECST requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company�s capability. 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. Both large and small businesses are encouraged to participate in this Market Research.� Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed to Sandra Harvey, sandra.harvey.2@us.af.mil and Erica Busch, erica.busch@us.af.mil. � AN/USM-670A Joint Service Electronic Combat Systems Tester (JSECST) PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capabilities and experience to meet qualification requirements for production, software sustainment and repair of the AN/USM- 670A Joint Service Combat System Tester (JSECST) Core Test Set (Part Number 37534-40001-20), NSN 4920-01-618-5101KV, Lab JSECST (Part Number 40469-41000-10), NSN 4920-01-618-6957 and Retrofit Kits �(Part Number 40469-40002-10) NSN: 4920-K-300-070A . �There are currently over 500 units of JSECST systems fielded across the Department of Defense (DOD). �The AN/USM-670A JSECST provides an end-to-end (ETE) functional testing capability to determine the status of the Electronic Combat (EC) systems installed in or on operational aircraft, and is only used for military purposes. Therefore, no commercial data is available for the repair, production and software sustainment of the JSECST. �AAI Corporation is the OEM and has proprietary rights to the data. The Government does not own any data, drawings, or equipment relating to the JSECST. The projected period of performance will be one 12-month basic period with seven (7) one-year options. The quantity breakdown is as followed: JSECST Production Estimated ITEM 0001��������������������� BEQ��������� �USM-670A JSECST CTS (NSN 4920-01-518-5101) � BASIC 10 EA Option I 10 EA Option II 8 EA Option III 5 EA Option IV 5 EA Option V 5 EA Option VI 3 EA Option VII 3 EA Option VIII 3 EA Option IX 3 EA Option X 2 EA � � � � � � Estimated � ITEM 0002���������������������� BEQ�������� Laboratory JSECST (NSN 4920-01-618-6957) � BASIC 1 EA Option I 1 EA Option II 1 EA Option III 1 EA Option IV 1 EA Option V 1 EA Option VI 1 EA Option VII 1 EA Option VIII 1 EA Option IX 1 EA Option X 1 EA � Estimated � ITEM 0003���������������������� BEQ�������� Retrofit Kits (40469-41002-10) ����������� BASIC 10 EA Option I 10 EA Option II 7 EA Option III 5 EA Option IV 5 EA Option V 1 EA Option VI 0 EA Option VII 0 EA Option VIII 0 EA Option IX 0 EA Option X 0 EA CTS Repair � * NSN 4920-01-461-6316 & NSN 4920-01-618-5101KV BASIC* 10 EA Option I* 10 EA Option II 10 EA Option III 10 EA Option IV 10 EA Option V 10 EA Option VI 10 EA Option VII 10 EA Option VIII 10 EA Option IX 10 EA Option X 10 EA Software Sustainment (Engineering Services) � BASIC 1 LO Option I 1 LO Option II 1 LO Option III 1 LO Option IV 1 LO Option V 1 LO Option VI 1 LO Option VII 1 LO Option VIII 1 LO Option IX 1 LO Option X 1 LO � � CONTRACTOR CAPABILITY SURVEY AN/USM-670A Joint Service Electronic Combat Systems Tester (JSECST) Part I.� Company 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:� 811219 (primary), 334511 (production), 541330 (engineering services)� ������ Based on the above NAICS Code, state whether your company is: Small Business����������������������������������������������� (Yes / No) Large 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 or E-mails must be received no later than 15 calendar days after release: ��Email your response to the following: � sandra.harvey.2@us.af.mil erica.busch@us.af.mil � If mailing, please mail your response to: ���� ���� AFLCMC/WNKABA ���� Attn: Sandra Harvey ���� 235 Byron Street Ste 19A ���� Building 300 ���� Robins AFB, GA 31098-1670 � Questions relative to this market research should be addressed to Sandra Harvey, sandra.harvey.2@us.af.mil and Erica Busch, erica.busch@us.af.mil. Part II.� Capability Survey Questions � General Company Information 1. Describe your company�s primary business product line. 2. Describe your company�s business regarding automated test system, design, development, integration, production, software sustainment, repair and testing. 3. What kind of facility security clearance does your company maintain? 4.� Describe the processes you have in place that address cyber security (information assurance). 5. 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). 6. Reference the description of the AN/USM 670A JSECST above: � a)�� Does your company consider that the information is clear and concise regarding the performance characteristics that the Government expects the contractor to provide?� If not, please identify the information that is needed or that requires additional detail and/or clarification. b)� Does your company identify any areas in the description that presents unacceptable risks? If so, please provide detailed information. c)�� Would any technical/engineering data be required to execute the requirements other than what is provided in this RFI?� If so, please specify. Technical Capabilities 1.� Describe your company�s capabilities and experience with the following: Design, development, or integration of radar signal simulators. � Describe your experience design, development and integration of Radar Warning Receivers, Electronic Surveillance Measures, and Electronic Countermeasures Systems.�� � Does your company have experience successfully producing detailed operations and maintenance manuals, schematics, product drawing packages, training program development and management plans, test reports, software program documents, provisioning data, and other similar type documents?� If you answer affirmatively, please provide a brief description of the work. � Preparation and submittal of Provisioning Technical Documentation compatible with the AFMC D220 Provisioning System and participation in the provisioning process with the Government. � 2.� What level of data would be provided (e.g. top-level drawings, schematics) with the procurement of the AN/USM 670A JSECST, to include data for repair and software sustainment updates and development? 3.� What is the Rough Order of Magnitude (ROM) for a complete AN/USM 670A JSECST Level III Technical Data Package (TDP), and is it available for sale to the Government? 4. What is the estimated ROM for an AN/USM 670A JSECST that satisfies the requirements? This is for informational purposes only.� 5. Does your company perform calibration work organically or does it subcontract it to other sources?� Please describe the calibration requirements to which your company adheres to. 6. Will your company require special tooling and software in order to perform the tasks identified in the draft specification? If so, please identify and provide a detailed listing of the equipment and software your company will need to perform the tasks and whether or not your company already owns that special tooling and software. 7. What types of development and acquisition activities does your company currently have that could successfully sustain the software for the USM-670A JSECST? Business Practices 1.� Describe any industry certifications that your company presently holds related to quality assurance and/or configuration management. 2. Does your company offer a standard warranty on your products?� Does it cover parts, labor, and /or technical support? What is the standard time duration? 3. For this effort would your company need to subcontract any part of the work?� Please provide a detailed response. Indicate whether the subcontractor will be a small or large business. 3. How long of a contract period of performance would you be willing to quote on? 4. Are there any long lead items that could affect the delivery schedule of first article units, or any production units ordered thereafter? 5.� 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)? Describe quality assurance record keeping, the defect correction process, the product/process improvement procedures and product tracking process. 6. Describe possible contract incentives your company thinks would encourage industry to deliver this program in an accelerated manner and/or at lower cost. Commerciality Questions: 1.�� Do you offer this product and/or service to both U.S. Government and commercial sources? If so, is the same workforce used for both the U.S. Government and general public?� Does your company offer similar terms and conditions to both?� Briefly describe any differences, if any. 2.� How is the AN/USM 670A JSECST different from your commercial product(s)?� How do you plan to modify existing commercial practices to meet our requirements and to what extent?
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/61193bd499fa41dfad0832319517b108/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05540898-F 20200124/200122230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |