SPECIAL NOTICE
99 -- RFI: Provisioning Data and Level of Repair Analysis (LORA) for US Air Force (USAF) Advanced Radar Threat System (ARTS)
- Notice Date
- 6/13/2023 6:09:32 AM
- Notice Type
- Special Notice
- Contracting Office
- FA8210 AFLCMC HBZK HILL AFB UT 84056-5838 USA
- ZIP Code
- 84056-5838
- Solicitation Number
- FA8210-23-RFI-ARTSV1
- Response Due
- 7/10/2023 11:00:00 AM
- Archive Date
- 07/25/2023
- Point of Contact
- Cydnee Simpson, Daniel Brock
- E-Mail Address
-
cydnee.simpson@us.af.mil, daniel.brock.5@us.af.mil
(cydnee.simpson@us.af.mil, daniel.brock.5@us.af.mil)
- Description
- REQUEST FOR INFORMATION Provisioning Data and Level of Repair Analysis (LORA) for US Air Force (USAF) Advanced Radar Threat System (ARTS) 1.0 Description 1.1 The ARTS System Program Office (SPO) is conducting market research for the Provisioning Data and Level of Repair Analysis (LORA) for US Air Force (USAF) Advanced Radar Threat System (ARTS). 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the USG is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Market research and acquisition planning will determine the Government's acquisition approach. Potential offerors are responsible to watch for additional information pertaining to this requirement. 1.3 The Government will use this information to determine if there are interested and qualified vendors to include 8(a), Service-Disabled Veteran-Owned, Hub-Zone, and Woman-Owned Small Business Concerns. The Government requests that interested parties respond to this notice if applicable and identify your small business status. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2.0 Background 2.1 ARTS-V1 is for modern, long-range, strategic SAM threats. The system will provide full fidelity simulation of the tracking and engagement component of the threat(s). ARTS-V1 is a robust and ruggedized mobile system that tracks and/or engages multiple targets simultaneously. 2.2 The Government owns a level 3 technical data package for the system. COTS manuals are available. The Government has unlimited data rights for the system. 3.0 Scope of Work 3.1 Government is seeking a Level of Repair Analysis (LORA) for the ARTS V1 system. 3.2 The purpose of the LORA is to document the results of the LORA program. This report documents and supports the contractor�s conclusions, findings, and recommendations on the economic, noneconomic and operational impacts to the requiring authority concerning repair versus discard at failure; optimum repair levels; support equipment (which includes test program sets, built-in-test equipment, and test, measurement, and diagnostic equipment requirements); maintenance facility requirements; maintenance and supply support life cycle costs; spare parts provisioning; and specific design recommendations for each item undergoing the LORA. 3.3 Format 3.3.1 The LORA shall be in the contractor�s format. 3.4 Contents 3.4.1 The LORA shall include the following: 3.4.2 A description of the system/equipment under analysis, including the breakdown structure of how the system was modeled. 3.4.3 The contractor�s conclusions, including source, maintenance, and repair (SMR) codes, and level of repair or discard recommendations from each item undergoing LORA based on the evaluations conducted. Also include any recommendations for updating any maintenance and logistic support planning factors. 3.4.4 The contractor shall determine and identify those Long Lead Items and the needed time frames to procure those items for the support of the system. Also, the identification of the critical components and the ALT/PLT to procure such items for future system sustainment. 3.4.5 The contractor shall implement the DMSMS process in identifying obsolescence during the time frame of the LORA data collection. 3.4.6 The contractor will be working with the OEM to accomplish the LORA.� � � � 3.5 Government is also seeking a Logistics Data Products Worksheet also known as a Provisioning Parts List (PPL) used for Provisioning. The Provisioning Parts List (PPL) contains the end item, component or assembly and all support items which can be disassembled, reassembled, or replaced, and which, when combined, constitutes the end item, component, or assembly and shall include items such as parts, materials, connecting cabling, piping, and fittings required for the operation and maintenance. The PPL is used to determine the range and quantity of support items required to maintain the end item for an initial period of service. 3.6 Format 3.6.1 The Provisioning Parts List shall be submitted PTD in LSA036 format compatible with the Air Force Materiel Command (AFMC) Automated Provisioning System (D220) as required by MIL-PREF-49506 and its associated IPPS. 3.7 The interested party must demonstrate how they can provide our provisioning data and spares without negatively impacting the program delivery schedule of the Advanced Radar Threat System (ARTS). Specifically, the contractor shall have all the following expertise and abilities: 3.7.1 The ability to determine the Initial Spares for the ARTS 3.7.2 Expertise in the development of multiple type and variants of Provisioning Technical Data and Supplemental data for provisioning in the required format (i.e. LSA 036 and D220). 3.7.3 The ability to obtain access and work with Georgia Tech Research Institute (OEM) in order to provide the Government with LORA and Provisioning Data. 3.7.4 Experience/knowledge related to Engineering/Technical Data Packages 4.0 Requested Information / Potential Offeror Capabilities 4.1 Please provide the following business information for your company/institution: Company/Institution Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: 4.2 Please provide responses to the following items: What is your experience in providing the capability to accomplish the objectives/requirements listed above?� Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officers or Program Managers).� Discuss any documents or data you will require to complete the objectives listed above and briefly explain their purpose. The Government is interested to receive any sample work statements (PWS) you might that are similar to this effort. Do contractors have access to WEBFLIS? Do contractors currently use or can obtain SLICwave or PowerLog software system? Do contractors know the DD220 system and their block definitions? Is your company a participant in any existing contracting vehicles with a scope to support this work (RISE, EWAAC, etc.)? 5.0 Response 5.1 Interested parties are requested to respond to this RFI by answering the questions in Section 4.0, Requested Information / Potential Offeror Capabilities. All responses are voluntary. 5.2 All responses shall be submitted to the Contracting Officer (CO), Daniel Brock at daniel.brock.5@us.af.mil, and Contract Specialists Cydnee Simpson at cydnee.simpson@us.af.mil and Tyler Newey at tyler.newey@us.af.mil. 5.3 The Government is seeking responses NLT 10 July 2023 at 12:00 PM (MST). 6.0 Summary 6.1 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. The information provided in the RFI is subject to change and is not binding on the Government. The USG has not made a commitment to procure this requirement, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/5baf96b1cc9d47ee93ccebb81f35ff58/view)
- Record
- SN06713537-F 20230615/230613230110 (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 |