SOURCES SOUGHT
R -- Common Avionics Technical and Engineering Support
- Notice Date
- 5/5/2021 8:43:26 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8574 AFLCMC WNKE C31N ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA8574-21-R-0002
- Response Due
- 6/4/2021 8:59:00 PM
- Archive Date
- 06/19/2021
- Point of Contact
- Hailey Allen, Phone: (478) 926-5984, Alex Weichold, Phone: (478) 926-5984
- E-Mail Address
-
Hailey.Allen@us.af.mil, Alex.Weichold@us.af.mil
(Hailey.Allen@us.af.mil, Alex.Weichold@us.af.mil)
- Description
- � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Request for Information (RFI) � � � � � � � � � � � � Common Avionics Technical and Engineering Support (Software Engineering and Investigation (SE&I)) The Government is conducting market research to identify potential sources that possess the software engineering and investigation (SE&I) expertise, capabilities, and experience to provide logistics services, engineering services, operational support, training, and SME support at CONUS and OCONUS locations. Knowledge, generation, and storage of classified information and/or Controlled Unclassified Information (CUI) are required for performance of the contract/order. Contractor personnel will be required to have a minimum of a (Confidential, Secret) security clearance. Data Link Solutions (DLS), LLC is made up of Rockwell Collins and BAE, which are the Original Equipment Manufacturer (OEM) for the variants of the Multifunctional Information Distribution System Low Volume Terminal (MIDS/LVT), MIDS Joint Tactical Radio System (JTRS) and Joint Tactical Information Distribution System (JTIDS). As OEM, they retain technical drawings critical to perform SE&I under this effort. The Government does not own or have access to a completed technical data package for any shop replaceable units (SRUs), line replaceable units (LRUs), or associated ground support equipment for these systems. The lack of repair data (i.e. depot level assembly, maintenance drawings, or technical manuals), along with the OEMs corporate knowledge of how these items are integrated into multiple Air Force platforms will likely require collaboration with the system OEM. 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. BAE is currently identified as the sole source contractor, due to data limitations. 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. 52.215-3 � Request for Information 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 (request for information) is issued for the purpose of market research in an effort to overcome barriers to competition for future requirements � � � � � � � � � � � � � � � � � � � � � � � (End of Provision) INSTRUCTIONS: 1.� � � � � � This RFI contains a description below of the SE&I expertise required and a Contractor Capability Survey is attached, which allows you to provide your company�s capability. Attached for review is the Performance-based Work Statement for this requirement. 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.) � � � � � � � a.����������� 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 RFI Points of Contact. PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to: 1.����������� The contractor will be required to conduct Software Engineering and Investigation (SE&I) for Tactical Data Links (TDL) for the sustainment of various common avionics systems including diagnostic troubleshooting for LRUs/parts, replacement of obsolete parts and maintenance of the various common avionics systems. The contract strategy is a five (5) year contract (one base year with four (4) one year ordering periods) and will continue through FY27. These services include technical and engineering/sustainment to the following systems (but not limited to): Multifunctional Information Distribution System (MIDS), MIDS Joint Tactical Radio System (JTRS) and Joint Tactical Information Distribution System (JTIDS). This requirement is to support investigation of problem/deficiency reports, test and evaluation events, technical reviews and validation/ verification for provisioning, technical and engineering data associated with the TDL programs. 2.����������� Provide logistics services, engineering services, operational support, training, and SME support at CONUS and OCONUS locations. Depending on the system operations tempo (OPSTEMPO), SME support may be necessary to operate and maintain systems during wartime and peacetime contingencies. 3.����������� The contractor will also perform reliability and maintainability studies, evaluate obsolescence, technology insertion initiatives and address interoperability and information assurance issues on various TDL systems.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/568c547c879e426489305ab42ebb697c/view)
- Place of Performance
- Address: Warner Robins, GA 31088, USA
- Zip Code: 31088
- Country: USA
- Zip Code: 31088
- Record
- SN05993051-F 20210507/210505230119 (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 |