Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 23, 2022 SAM #7418
SOURCES SOUGHT

15 -- AC-130J Precision Strike Package (PSP) Provisioning Effort

Notice Date
3/21/2022 1:24:36 PM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8509 AFLCMC WIUKA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA850922R0012
 
Response Due
4/18/2022 1:00:00 PM
 
Point of Contact
Teisha Brown, Phone: 4789262478, Jeff Pruitt
 
E-Mail Address
teisha.brown@us.af.mil, jeffery.pruitt.1@us.af.mil
(teisha.brown@us.af.mil, jeffery.pruitt.1@us.af.mil)
 
Description
The Government is conducting market research to identify potential sources that possess the repair data, expertise, capabilities, and experience to meet qualification requirements to sustain the AC-130J Provisioning effort for the Precision Strike Package (PSP) components.� This AC-130J Provisioning effort includes: Advanced Threat Warning System (ATW), Digital GPS Anti-jam Receiver (DiGAR), 105mm gun, 105mm Recoil Mechanism (New re-design), 105mm Ammo Rack, 30mm gun, Infrared Suppression System (IRSS), and Palomar Secure Communication System, which includes, Digital Crew Units (DCU) and Digital Switching Unit (DSU).� This Request for Information is limited to Small Businesses. A Secret security clearance is preferred but not required at this time. The requested services are as follows: The Contractor shall identify parts sufficient to meet system/equipment operation and supportability in accordance with the Air Force Initial Provisioning Performance Specification (IPPS).� GEIA-HB-0007B (Logistics Product Data Handbook) should be used as a guide.� Format must be consistent with existing government Provisioning data system (D220).� The following Data Item Descriptions (DIDs) apply: DI-SESS-81758A/T Logistics Product Data (LPD).� Specific Logistics Product Data to be submitted are Provisioning Parts List (PPL), Common and Bulk Items List (CBIL), Short Form Provisioning Parts List (SFPPL), Design Change Notices (DCNs), and Statement of Prior Submission (SPS).� DI-SESS-81874 Engineering Data For Provisioning (EDFP). Contractor shall furnish all materials and services. The contractor is responsible for providing, utilizing and maintaining, all equipment and software required at their facility or a subcontractor�s facility to perform provisioning processes. Government Furnished Information (GFI) to be provided: The GFI to be provided includes applicable Government AC-130J, C-130J and MC-130J documentation and data, such as engineering data, vendor manuals and existing Drawings, Service Bulletins, Technical Manuals, TCTOs, Operational Supplements and Support Equipment manuals, as required to support �task execution. �This includes data that may not have been delivered in final form from other AC-130J PSP Contractors.� The Contractor shall establish (as required) a Proprietary Information ����Agreement with current PSP Contractor(s) supporting the AC-130J to obtain the most current PSP data required for this activity and should define how required data will be obtained. �The Government will provide, as necessary, access to appropriate Government data systems applicable to TO/TCTO updates and revisions to support task execution. �The Government will provide the Contractor applicable Government documentation and data (source- data) as available, required or authorized basis to support contract execution. All GFI required to accomplish this requirement will be provided by the Program Office or geographically separated AC-130J Combat Acquisition Detachments (CADs). �This will include approval and submittal of requests for User Identifications (IDs) and passwords, approval and use of licensed software, both initial and upgrade training when applicable and any supporting documentation required to access databases necessary to meet contract requirement.� 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. This Request for Information (RFI) is for planning purposes only and is not a Request for Quotations or Proposals. �No solicitation document exists, and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. �The Government will not be liable for payment of any response preparation expenses nor does the Government intend to pay for the information submitted in response to this posting. 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. Interested parties are responsible for adequately marking proprietary or completion sensitive information contained in their response. 52.215-3 � Request for Information or Solicitation for Planning Purposes �� As prescribed in 15.209(c), insert the following provision: 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 market research in an attempt to overcome barriers to competition. (End of Provision) INSTRUCTIONS: The document(s) below contain a description of the PSP Provisioning effort 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. 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 the PCO. PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet requirements to provide parts provisioning, and engineering support for the provisioning processes for the AC-130J Precision Strike Package (PSP). �The current strategy for this services requirement is a one year contract with a two year option contract (basic plus one option year) and will continue through FY25. The intended outcome is to receive parts provisioning services in order to sustain current and future combat operations. �The AC-130J aircrew's mission is to provide close air support, armed reconnaissance, force protection, integrated base defense, strike control and reconnaissance, air-interdiction and convoy escort to troops in contact. �The AC-130J platform is beginning the integration of Precision Strike Package to carry forth the constant evolving needs of the Air Force Special Operations Command (AFSOC) and United States Special Operations Command�s (USSOCOM) mission. �The government needs to provide accurate parts availability, identification and specifications to provide technical data to aircrews and field maintenance personnel to be able to successfully sustain these new assets. The AC-130J Ghostrider's primary mission is close air support, air interdiction and armed reconnaissance. �Close air support missions include troops in contact, convoy escort and point air defense. �Air interdiction missions are conducted against preplanned targets or targets of opportunity and include strike coordination and reconnaissance and overwatch mission sets. Provisioning PPL products: The Contractor shall identify parts sufficient to meet system/equipment operation and supportability in accordance with the Air Force Initial Provisioning Performance Specification (IPPS).� GEIA-HB-0007B (Logistics Product Data Handbook) should be used as a guide.� Format must be consistent with existing government Provisioning data system (D220).� The following Data Item Descriptions (DIDs) apply: DI-SESS-81758A/T Logistics Product Data (LPD).� Specific Logistics Product Data to be submitted are Provisioning Parts List (PPL), Common and Bulk Items List (CBIL), Short Form Provisioning Parts List (SFPPL), Design Change Notices (DCNs), and Statement of Prior Submission (SPS).� DI-SESS-81874 Engineering Data For Provisioning (EDFP). �� 2)�� Engineering Services: There will be engineering services required to review and compile source data. Source data will be in the form of ��drawings, blue prints, commercial manuals, individually or any combination of these sources. The Engineering Drawing Tree shall be in a block diagram format that identifies all system, subsystem, equipment drawings to be delivered as part of the drawing package and those drawings previously delivered that are applicable to the current program. CONTRACTOR CAPABILITY SURVEY Knowledge of the following MILSPEC listings would be beneficial including MIL-PRF-5288, MIL-PRF-5920, MIL-PRF-7700, MIL-PRF-8031, MIL-PRF-9854, MIL-PRF-9977, MIL-PRF- 9994, MIL-PRF-38413, MIL-PRF-38769, MIL-PRF-38793, MIL-PRF-38804, MIL-PRF-87158, MIL-PRF-38807, MIL-PRF-83495, MIL-DTL-87929, MIL-PRF-32216, MIL-DTL-22202 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: Engineering Services, 541330 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) System for Award Management (SAM)������������� (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). This Sources Sought will be posted on SAM.gov until the automatic archive date, but responses will not be accepted after 18 April 2022. Responses, via email in electronic format, must be received no later than close of business 5:00pm EST on 18 April 2022. �Please ensure data is in a readable electronic format that can be received through a firewall. Attachments shall not to exceed 10 MB per email. �Multiple emails are acceptable. �Responses must be sent via email to the following: � Jeffery Pruitt (Contracting Officer): jeffery.pruitt.1@us.af.mil � Teisha Brown (Contracting Specialist): teisha.brown@us.af.mil Questions relative to this market research should be addressed to the PCO. Part II. Capability Survey Questions General Capability Questions: 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. 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).� Describe your company's capabilities for generating, handling, processing and storing classified material and data.� 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.� What is your company�s current maximum capacity per month for this particular type of requirement?� Provide information on any facility reserves you may possess to increase capacity in the event of an immediate need do to critical operational mission requirements.� What quality assurance processes and test qualification practices does your company employ? �Provide a description of your quality program (ISO 9001, AS9100, etc.). Provide a detailed quality plan implementing AS9100 (or equivalent).� If required on this contract, what is your company�s ability to travel to locations in or around the Panhandle of Florida or Warner Robins GA? Commerciality Questions: Is there established catalog or market prices for our requirement?� If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? �Briefly describe any differences. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. Engineering Services Questions Describe your services capabilities and experience with regard to the requirements of this effort. �Specifically compiling data from drawings and other sources to be able to turn it into usable data and processes. Describe your capabilities and experience in provisioning procedures. �Include identifying first appearance items and procedures insuring accuracy and completion of all parts to be provisioned. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items: Contract Number; Procuring Agency; Contract Value; Services Provided. How will your organization address or identify any absence of drawings, specifications, technical data, test procedures, etc. Provisioning Describe your capabilities and experience in Provisioning aircraft parts and assemblies Describe your capabilities and experience if any with USAF aircraft weapon system provisioning. State the types of diagnostic and troubleshooting tools utilized for efforts such as this. Demonstrate your ability and or and previous provisioning efforts, which are currently in use on military aircraft or weapon systems by providing the following information on the same or similar items: Contract Number; Procuring Agency; Contract Value; Number of assets shipped. Describe your configuration management processes and how you will be able to use this and compile information to produce products in an expedient manner.� Discuss your process for addressing any fit, form, and or function issues that may arise out of this effort. Describe your process for maintaining source documents and reporting on hand/work-in- process balances and production status to your customer. Include a detailed listing of facilities and equipment, including quantities, and resources including human and computer hardware/software capabilities required to satisfy the requirements of this effort. Provide an outline of the proposed process, including inspections, time lines, time needed to review existing documents and delivery of products from those documents. State the type of review and quality assurance procedures are anticipated for this effort. State the type of inspection processes and verification processes anticipated for this effort. How will your organization address any absence of drawings, specifications, technical data, test procedures, etc. ???????State any technology insertion ideas for the item that would be suitable for this effort.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/488e1a2487d64553a6d762179347222b/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN06274125-F 20220323/220321230103 (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 |
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.