SOLICITATION NOTICE
59 -- AN/ASK-7 Data Transfer System (DTS)
- Notice Date
- 12/18/2020 12:24:33 PM
- Notice Type
- Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DLA AVIATION AT WARNER ROBINS, GA ROBINS A F B GA 31098-1813 USA
- ZIP Code
- 31098-1813
- Solicitation Number
- SPRWA1-20-R-0026
- Response Due
- 1/22/2021 12:30:00 PM
- Archive Date
- 02/15/2021
- Point of Contact
- Donna C Pallini, Phone: 478-342-1299
- E-Mail Address
-
donna.pallini@us.af.mil
(donna.pallini@us.af.mil)
- Description
- Solicitation is amended as shown in Amendment 0003 (attached). A summary of questions and answers as of 18 December 2020 are: Q7. Will there be a simulator or access the aircraft for testing and software development? Refer to Statement of Work paragraphs 4.1.2 and 4.3.2. To clarify, access to the SIL and a B-52 for testing and software development will be scheduled with/through the B-52 SPO by the Government Engineer. Q8. will the Government provide GFM? The Government will be provided GFM (ADTC/DTC) which will include incorporating applicable Government Furnished Property clauses to the resulting contract. Q9. Section L references only three volumes (1- Completed RFP and Clauses, 2 � Written Technical Proposal and 3 � Small Business Participation), while Section M makes reference on Page 49 of the Solicitation under Cost/Price Factor states: �The offeror�s Cost/Price proposal will be evaluated for reasonableness.�� Are we to assume that since it appears in the Volume III, Small Business Participation section of Section M that the �Cost/Price proposal� (to include Attachment 1: Pricing Matrix) is part of Volume III and not a separate Volume?� Section L � Instructions to Offers PROPOSAL REQUIREMENTS of the solicitation. Refer to page 38, Volume I, Completed RFP and Clauses.�""The offeror shall submit cost and pricing information in Schedue�B of the RFP"".��The Pricing Matrix is a part of Schedule B.� �As far as Section M, maybe there should have been extra spaces between the rating table and Cost/Price Factor. Q10. What is the interface (connection) between the ADTC (cartridge) and the Air Force Mission Support System (AFMSS) ADTC receptacle? The document describes that a high speed interface is used between the ADTC and the DTR, but nothing describes the interface between the ADTC and the AFMSS. The DTC to DTR interface is a SCSI bus. Anything that otherwise connects to DTC utilizes this SCSI bus. Solicitation is amended as shown in Amendment 0002 (attached). A summary of questions and answers as of 7 December 2020 are: Q1� There is a discrepancy of First Article required delivery date between Statement of Work and solicitation.��������� FA delivery date changed to 90 days to be consistent throughout documents with Amendment 0001 Q2� Is drawing D675-60000-18 missing from Data Package? Government Engineer is reviewing the Data Package for missing documents Q3- The requirement for Secret Classified Clearance is mentioned in the solicitation.� Currently our direct employees do not possess Secret clearance, but our subcontractors could have it where it applies to satisfy your requirements, or we could obtain it with a sponsor.� Would our current situation preclude us from participating in this solicitation? The requirement for Secret Classified Clearance is a condition of award.� A prospective contractor is not required to have clearance to submit a�proposal, but a successful contractor must have clearance prior to receiving award. The clearance is for the prime contractor. Q4- When you refer to first article test (FAT), is that for production ready systems? Yes, production ready systems. Per the First Article Requirements, the First Articles will be part of the production quantity and serve as a manufacturing standard. Q5- Your schedule for FAT delivery was compressed from 300 days to 90 days in the latest amendment.� Has some contractor demonstrated an alternate working solution for this application to you already?� Unless there was a production ready design needing minimal tweaks there is no way to make that schedule for FAT. First Article delivery has been expanded from 90 days to 150 days. See Amendment 0002 Q6- Given the level of due diligence required to bid a redesign effort, respectfully requests a proposal due date extension to 1/31/2021. A proposal due date is extended to 22 January 2021. See Amendment 0002 Solicitation�is amended to correct the Required Delivery dates for CLIN 0001 and CLIN X003 and to attach a revised Form 260 First Article Report�and DD Form 1423 CDRL A011. Proposal due date remains unchanged.� See SPRWA120R0026_0001 attached herein.� Also attached herein are AFMC_260_FA_REVISED and CDRL_A011_Revised This requirement is a full and open competitive source selection for the AN/ASK-7 Data Transfer System (DTS) legacy NSN 7025-01-514-2659, part number D1321000001. A prospective contractor will develop a production level technical data package for a suitable F3I drop in replacement of the LRU and associated CDRLs. This effort will include testing and qualification of First Articles and production spares.� The period of performance for the entire effort will be 5 years including the First Article deliveries within 240 calendar days of contract award followed by DTS production units after approval of First Articles.� A new NSN will be assigned once the First Article is approved. The Government�will use Technical Acceptability, Small Business Participation Acceptability and Price trade off best value source selection to award a Requirements type contract with Best Estimated Quantities as defined in FAR 16.503(a). The DTS is considered to be a Prime Mission Equipment, a Mission Critical Item and an Offensive Avionics System (OAS) on the B-52H. It contains Hardness Critical Items.� There are known obsolescence issues within the legacy DTS and during the design/manufacture of this system, obsolescence issues will need to be resolved.� The DTS shall be designed and manufactured to meet the requirements IAW Statement of Work and Source Control Drawing (SCD) 754-11300. A prospective contractor shall ensure applicable contractor/subcontractor personnel will be able to obtain security clearance(s) at the SECRET level for proper accomplishment of these requirements.� The security clearance(s) shall be obtained IAW the Department of Defense (DD) Form 254, Department of Defense Contract Security Classification Specification. A formal solicitation, with all associated attachments, is available electronically on beta.SAM.gov with a closing date to be thirty calendar days from the date of the RFP release. Anyone wishing to participate in the proposed procurement must obtain their copy from the internet.� Copies will not be mailed from the Contracting Office.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/fadf74c1d7fa4818ad5b452e266bde62/view)
- Record
- SN05877917-F 20201220/201218230114 (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 |