SOURCES SOUGHT
L -- Wind Corrected Munitions Dispenser Engineering and Technical Support
- Notice Date
- 12/20/2023 9:41:19 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8213 AFLCMC EBHK HILL AFB UT 84056-5820 USA
- ZIP Code
- 84056-5820
- Solicitation Number
- FA8213-24-WCMD
- Response Due
- 1/23/2024 3:00:00 PM
- Archive Date
- 02/07/2024
- Point of Contact
- Tyler Fowers, Mike Garner, Phone: 8017770134
- E-Mail Address
-
tyler.fowers@us.af.mil, michael.garner.9@us.af.mil
(tyler.fowers@us.af.mil, michael.garner.9@us.af.mil)
- Description
- SOURCE SOUGHT SYNOPSIS: Wind Corrected Munitions Dispenser (WCMD) Engineering Services, Integration, and test Support NOTICE TYPE:FA8213-24-WCMD SOURCES SOUGHT NUMBER: NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 541330, Engineering Services which has a corresponding Size Standard of $41.5 million. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. 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. PROGRAM DETAILS: The U.S. Air Force is conducting a search for the capability to support all sustainment activities for WCMD tail kit including aircraft integration, mission planning, flight test, and engineering/technical support. Cluster munition systems requiring WCMD support include CBU-105 Sensor Fuzed Weapon (SFW), CBU-103 Combined� Effects Munition (CEM), CBU-104 Gator; CBU-107 Passive Attack� Weapon� (PAW), and CBU-118 Power Distribution Denial Munition (PDDM).� System� support activities include on-site Weapons System Evaluation Program (WSEP) testing involving WCMD telemetry installation, telemetry data recording, and WCMD telemetry data stream reduction/analysis. Integration efforts include software interface updates between aircraft and weapon system that occur due to aircraft upgrades, weapon system improvements, or additional compatibility requirements. Additional integration comprise support for aircraft Software Integration Lab (SIL), Interface Control Document (ICD),� System� Support Simulator (SSS), mission planning, Fly-Out Model (FOM), and WCMD tail kit simulator support for five U.S Air Force aircraft. Tasks for the SIL include software integration for the WCMD tail kit, engineering testing/evaluation for duplication of recurring failures or interface variations due to aircraft software updates. Maintenance and repair of simulators include circuit card repair, software upgrades, anomaly resolution, troubleshooting, cable repair, and alterations necessary from aircraft hardware or software upgrades or technical changes. Software support for Common Munitions Built in Test/Reprogramming Equipment (CMBRE), Hardware in the Loop (HWIL) and 6-DOF simulation analysis. Support for 3-DOF, Weapon Launch Acceptable Region (LAR) analysis, Operational Flight Profile (OFP), and CMBRE MAP cards. Sustainment activities require a high degree of technical expertise with multiple software/hardware products for WCMD equipment, aircraft integration, and cybersecurity conformance. The government does not own the technical data package for this effort. This announcement is an expression of interest and does not commit the Government to pay for proposal preparation costs. RESPONSES: RFI Response Part 1 � Contractor Description Overview Name of Company Point of Contact with phone number and e-mail address Size of Business according to North American Industry Classification System (NAICS) Code 541330 Engineering Services �$41.5 million. Other suggested NAICS codes for this program and your size classification based on those codes Company certifications (e.g., ISO-9001, ASI-9100, CMMI) How would you intend to propose on this effort? (As a prime or subcontractor?) RFI Response Part II � Market Survey Questions ����� Briefly describe your company�s experience with all, some, or any related experience providing the types of services identified in the program description to include identification of major program risks and techniques to be employed to mitigate these risks. (Maximum Page Limit: Four pages � please do not include business brochures [Title page containing, as a minimum, program title, date, and name and phone number of submitting activity Point of Contact does not count against page maximum]) Teaming arrangements or methodology to be employed to ensure requirements of the program description can be satisfied. (Maximum Page Limit: One page) RFI Response Part III � Additional Market Survey Questions Can you please update the Government with your plan on how you would take on the Wind Corrected Munitions Dispenser (WCMD) total support effort and if your plan requires you to obtain the required expertise, what evidence is available that steps have been taken to ensure expertise is obtainable to support that plan? If the plan provided was deemed a good plan moving forward, how long after contract award would it take to have all WCMD requirements implemented? Does your company understand the impact of working with cluster munitions and the negative political public relations? If your company understands, are you willing to continue supporting the program regardless of political ramifications and until WCMD support is no longer a requirement from the US Government? Does your company have necessary skills, experience and knowledge required to support WCMD aircraft integration, mission planning, Common Munition Bit/Reprogramming Equipment (CMBRE), flight test and engineering/technical support for the WCMD weapon system? Can your company execute WCMD integration efforts that will include software interface updates between aircraft and weapon system that may occur due to aircraft upgrades, weapon system improvements, or additional compatibility requirements as soon as a contract is awarded? Is your company knowledgeable on System Integration Lab (SIL)/ Hardware In Loop (HWIL) to include software integration specifically for the WCMD tail kit; engineering testing/evaluation for duplication of recurring failures or interface variations due aircraft software updates; maintenance and repair of simulators? Can your company perform WCMD alterations necessary from aircraft hardware or software upgrades or technical changes; maintenance and repair of simulators, and provide WCMD System Support Simulator (SSS) equipment and software to requesting aircraft platforms within 20 days of a request? There is no government owned technical data for the WCMD tail. The selected contractor will need to provide additional equipment beyond Government Furnished Equipment for this effort. Does your company have ability to provide all personnel, services, facilities, and materials to accomplish the WCMD effort to include housing classified test/analyses equipment and meet Government Cyber Security Requirements? Does your company have any detailed experience with Weapon System Evaluation System (WSEP) testing of WCMD systems including all aspects of telemetry support and telemetry data evaluation? Given the proprietary nature of this effort, does the current or potential future personnel associated with your company have any potential conflicts of interest or non-disclosure agreements that would prevent optimal performance or prevent an adequate ramp up period for this requirement (please provide details in response)? SPECIAL NOTE: This Sources Sought Synopsis is part of the Acquisition Market Research Analysis and will be used solely to determine the basis for any competitive aspects of the acquisition. This sources sought synopsis is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This sources sought synopsis does not commit the Government to contract for any supply or service whatsoever; furthermore, the Government is not seeking proposals at this time. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this synopsis. All costs associated with responding to this synopsis will be solely at the responding party�s expense. The Government requests that non-proprietary information be submitted in response; however, should proprietary information be submitted, it should be marked �PROPRIETARY� and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Respondents are requested to provide an executive summary, relevant history, and evidence of capability to successfully perform the effort, not to exceed 5 pages in length or 3 megabits in data size. Interested parties are requested to submit one (1) copy of the aforementioned summary/documentation to the Contract Specialist, Tyler Fowers at tyler.fowers@us.af.mil no later than 30 calendar days after publication of this notice. Telephone, standard post/first class mail, and/or fax responses will not be accepted. CONTACT INFORMATION: Contracting Office: Department of the Air Force AFLCMC/EBHKA 6072 Fir Ave, Bldg. 1233 Hill AFB, UT 84056 Point of Contact: Tyler Fowers Contract Specialist tyler.fowers@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/084a9f28e7894a3f8021e29918af03bb/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06918959-F 20231222/231220230049 (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 |