Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2008 FBO #2383
SOLICITATION NOTICE

15 -- Block 45

Notice Date
6/3/2008
 
Notice Type
Modification/Amendment
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK, 73145-3015, UNITED STATES
 
ZIP Code
73145-3015
 
Solicitation Number
03252008
 
Response Due
9/3/2008
 
Archive Date
3/3/2009
 
Point of Contact
Josie A Lunderman,, Phone: 405-739-9622, Dann E. Pettit,, Phone: (405)739-2572
 
E-Mail Address
josephine.lunderman@tinker.af.mil, dann.pettit@tinker.af.mil
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI)The 827 ACSG Contracting Office Tinker AFB, OK is requesting information on replacement systems for 337 KC135R/T aircraft. PURPOSE The purpose of this RFI is to create a dialogue with industry. With this notice, the 827 ACSG Contracting Office, Tinker AFB, OK is seeking comments from potential vendors concerning the appropriate strategy for a competitive procurement that supports the objectives of the Block 45 program. Your comments will help refine procurement strategy. Block 45 is considering a performance-based procurement with a single contractor solely responsible for all aspects of the modification. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. DESCRIPTION Block 45 is Increment 1 to KC-135 Aircraft Extension Program (AEP) Capabilities Development Document (CDD) Develop and field required capabilities to extend KC-135 as viable weapon system through 2040. The Block 45 modification consists of four modifications that will enable mitigation of capability gaps anticipated due to expected airspace restrictions of Communications, Navigation, and Surveillance/Air Traffic Management System (CNS/ATM), resolve mission suitability shortfalls, shortcomings in reliability, maintainability, and supportability. Block 45 includes (1) Digital Flight Director (DFD) includes replacing Angle of Attack (AOA); (2) Radar Altimeter (RA); (3) Autopilot (AP). Services to include research and development, technology insertion, system integration, installation, fabrication/prototyping, testing/certification, aircraft ground/flight testing support at Edwards AFB, studies/analyses, logistic support services, training and engineering support services, including re-engineering and reverse engineering, for a range of equipment. Contractors may use commercial products or existing government inventories to provide the best value solution using processes and practices to reduce cost and schedule and performance risk and to promote future competition for design upgrades and operational support costs. Modification Installation effort: At present, the Government is planning on contractor installation of the modification kits at contractor operated facilities. A possibility does exist to have the Government install the modification kits using Government personnel at Government owned facilities. Therefore, the Government is considering a contract structure that allows installation by the Government or contractor as an option to be unilaterally determined by the Government. The Government is considering variable quantity pricing to allow for program funding changes. Businesses with the capability of providing the required services are invited to submit, on a voluntary basis, in writing, sufficient information that demonstrates their ability to fulfill this requirement, information concerning performance-based contract measurement recommendations, contract type, and any other relevant recommendations. RESPONSE: The information you provide may be used by the USAF to ascertain and develop technical and programmatic acquisition approaches and/or strategies. Data obtained from this request will be considered and may be used for advanced planning, program phasing, and to define tailored technical requirements. As such, your inputs should not be restrictive or proprietary in any fashion. Although the identification of the contributing companies will not be divulged outside the Government, the Government reserves the right to use in whole or part any industry information received as a result of this RFI as part of a future acquisition strategy. Your participation in the RFI will not affect your company's position during any solicitation, nor will this RFI be used as criteria for the prequalification of respondents for future solicitations. Period of Performance: Please see the attached DRAFT schedule in FBO. a. We are contemplating awarding a 9 year contract. Can you accurately reflect your costs for this Period of Performance? b. Are there any concerns regarding this period of performance? c. Do you feel there is enough time in the SDD development stages? What schedule would best represent realistic schedule goals? d. What do you envision as the program risks (technical, cost, schedule)? Include associated rationale. How could the risks be minimized? e. Would any unique support equipment or test equipment need to be procured or provided? f. At present, the Government is planning on contractor installation of the modification kits at contractor operated facilities. A possibility does exist to have the Government install the modification kits using Government personnel at Government owned facilities. Therefore, the Government is considering a contract structure that allows installation by the Government or contractor as an option to be unilaterally determined by the Government. a. Would your firm be interested in responding to an RFP given this proposed procurement approach? Please provide comments. g. The Government is considering variable quantity pricing to allow for program funding changes. Does industry support a flexible pricing arrangement to allow for changes in the quantity of modification kit production and installations? h. What is the maximum Kit rate production per year your company can support? i. What is the maximum installation rate per year your company can support? Performance Incentives: Please describe incentives that could be employed through a contract to encourage excellent performance, compliance with schedule requirements and cost reductions. a. Describe metrics that should be employed during each phase of performance. b. Describe the frequency and method of data collection associated with metrics and incentives or remedies (positive and negative) associated with the metrics. c. What incentive programs does your company feel will accelerate schedule and reduce cost? Contract Pricing: a. The Government is considering variable quantity pricing to allow for program funding changes. Does industry support a flexible pricing arrangement to allow for changes in the quantity of production kits? b. The Installation portion of the effort is a major cost to the Government. Are there any additional initiatives industry proposes to assist in meeting schedule while maintaining or lowering cost parameters? c. Are there any contract types you would recommend for this contract? Please explain rationale. The Government is contemplating the use of a single contract consisting of several different types of contract line items, to include: i. SDD through LRIP ? Cost Plus (incentive) ii. Kit Production -Fixed Price Incentive, iii. Modification Installation - Firm Fixed Price d. What type of pricing arrangement(s) would you recommend for the contract? e. Explain your anticipated warranty terms and conditions. f. The Government plans to require a guarantee of predicted Mean Time Between Failure (MTBF) for a period of 10 years. This will require the contractor to modify/upgrade installed Block 45 equipment to meet predicted MTBF. What would you consider the limit of the contractor?s liability for the guarantee/warrantee? System MTBF requirements are as follows: THRESHOLD OBJECTIVE FD 4,000 hrs 7,000 hrs RA 2,000 hrs 3,500 hrs AP 1,700 hrs 2,500 hrs AOA 2,400 hrs 3,000 hrs Informational requirements: a. How many facilities would be required to successful meet 60 A/C installations per year? b. The Government is considering the use of incentives for small business participation. If portions of this contract are not set-aside to small businesses, what subcontracting opportunities, by function and percentage of contract value, do you believe are appropriate? c. Are there any innovations that support reduction of cost and schedule risk? d. Discuss the transition plan from contractor support to organic logistics support. e. Would existing support equipment and test equipment have to be modified or updated to accommodate your selected components/system? f. Would new support equipment be required? g. There appears to be a potential for cost, schedule, and performance risk reduction through the use of a Systems Integration Lab (SIL), or providing sufficient Government assets to manufacture a Block 45 SIL. Does industry see the use of a SIL to be a benefit to the program? What is the industry opinion on the impact of having a Government owned SIL available? The Government plans on accepting, as a contract deliverable, the Block 45 SIL as part of our Acquisition Strategy. Is there any return on investment? Technical Data a. The Government is considering buying level 3 engineering drawings, technical data, and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items? b. Are there potential proprietary data with the Government strategy? c. Are any of the above conceptual requirements unrealistic? If so why? Production of Block 45 Modification Kits: a. Does the proposed schedule allow sufficient time for the production of modification kits to meet installation schedule? b. Do you anticipate long-lead material issues? c. Are there any additional initiatives industry proposes to assist in meeting schedule that are within or lowers cost parameters and schedule risk? Interested firms should also include the following in their response: -Company Name and Address -CAGE Code (if available) -Point of Contact -Size of Business (i.e. Large/small business, Small Disadvantaged Business, 8(a) concern, Minority-owned business) -U.S. or Foreign Owned Entity Submit response (along with any supporting documentation) directly to: 827th ACSG/PK Attn: Josie Lunderman Josephine.lunderman@tinker.af.mil CC: Dann Petitt 3001 Staff Dr., STE 2AI 86A Tinker AFB, OK 73145-3020 Or, respondents may wish to respond to Josephine.Lunderman@tinker.af.mil or Dann.pettit@tinker.af.mil via electronic transmission (e-mail). PLEASE PROVIDE AN ELECTRONIC COPY OF SUBMITTED INFORMATION TO THE POINT OF CONTACT ABOVE NO LATER THAN COB 30 April 2008. Responses must be received no later than 30 April 2008. Documents must be formatted to 8.5 x 11? paper with type no smaller than 10 point font. At present, a scheduled Industry Day is schedule for 2 May 2008. DISCLAIMER This RFI is not an offer. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Responses to the RFI will not be returned. In accordance with FAR 15.201 (e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associates with responding to this RFI. Responses will not be returned. All responses must be unclassified. Questions should be directed to Ms Josie Lunderman via email or telephone at 405-739-9622. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained via the Internet at http://www.ccr.gov or by calling 1-888-227 2423.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=38921b4f4a5c78fece5c885d1a8cec01&tab=core&_cview=1)
 
Record
SN01586191-W 20080605/080603220959-81b271c57b84a831d91ceae5dd724158 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.