DOCUMENT
R -- Contractor Logistics Support (CLS) for Sustainment of Guardian Angel Weapon System - Request For Information (RFI) - Request For Information
- Notice Date
- 1/27/2009
- Notice Type
- Request For Information
- NAICS
- 541614
— Process, Physical Distribution, and Logistics Consulting Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8629-09-R-XXXX
- Archive Date
- 2/26/2009
- Point of Contact
- Nancy G. Leggett,, Phone: (937) 255-1696, Andrew Glass,, Phone: 937-522-4552
- E-Mail Address
-
nancy.leggett@wpafb.af.mil, Andrew.Glass@wpafb.af.mil
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) Contractor Logistics Support (CLS) for Sustainment of Guardian Angel Weapon System 1. The Aeronautical Systems Center (ASC) is soliciting information to identify possible sources to become the sustaining organization for the Guardian Angel (GA) Weapon System throughout the Air Force to include: Lead commands; Air Combat Command (ACC); and user commands: Pacific Air Forces Command (PACAF), US Air Forces Europe (USAFE), Air Education Training Command (AETC), Air Force Reserve Command (AFRC), and Air National Guard (ANG). The contractor shall provide total support for the following systems which includes maintenance, repairs, training, personnel, spares, supply support, packaging, handling, storage and transportation (PHS&T), and user manuals for the sustainment of all GA equipment designated in this document. The facilities to house the contractor will be made available by associated Lead/User Commands. This Request for Information (RFI) is issued for informational purposes only and does not constitute a solicitation or commit the government to award a contract now or in the future. Submitting information for this RFI is voluntary, and participants will not be compensated. 2. Respondents to this RFI should describe their ability to meet and/or exceed the objectives listed in paragraph 3 below. 3. The contractor will be responsible for the sustainment (maintenance and upkeep) of the following GA Subsystems: a. Precision Aerial Delivery Systems (Personnel and Equipment) to include associated GA life support equipment (oxygen, targeting, and associated individual life support equipment) that support the aerial insertion/delivery of GA capabilities. This includes high altitude low open (HALO), high altitude high open (HAHO), low level static line, tandem systems, and aerial cargo delivery systems (ballistic cargo chutes and Joint Precision Aerial Delivery Systems) and associated rigging support/equipment. b. Technical Rescue Equipment. GA technical recovery equipment, to include environmental hazard sensors, emergency escape equipment, personal protection equipment, confined space hardware, extrication tools, and self contained breathing apparatus. c. Maritime Rescue Equipment. Maritime rescue vehicles and associated mission equipment [Submersible engines, aids to navigation, fuel systems, rafts, rescue baskets, rescue devices, markers/beacons, inflatable boats, advance rescue craft (modified personal watercraft) and training support watercraft/communications systems] required for AF/GA Humanitarian and Combat Search and Rescue (CSAR) Maritime Missions. d. Search Sonar. The Sonar system consists of three components: side scan sonar, sector sonar and portable sonar w/integrated mask and heads-up display system. The systems are used to search, locate and recover isolated personnel/material in poor visibility and/or contaminated underwater conditions. e. Dive Recovery Equipment. Subsurface SCUBA systems to include individual protection suits and associated equipment, dive tanks, regulators, flotation devices, underwater communications systems, dry suits, search equipment (search sonar, ropes, timing devices, markers) and subsurface recovery equipment. f. Rescue Vehicles. Light, air-droppable, and interoperable with integrated command & control capabilities, with a higher payload and increased survivability/force protection than current vehicle solutions. g. Weapons / Munitions. GA weapons to include munitions and associated targeting devices (laser designators, sights/scopes, target marking devices, and associated adjuncts (lights, rails). h. Guardian Angel Operations (GAO) Kit. GA information management and data-link systems to include radios, computers, data/voice communications systems, and blue force trackers required to increase situational awareness, reduce operational risks, and improve mission planning and execution of CSAR/PR operations. i. Medical Equipment. Medical oxygen systems, patient monitoring systems (pulse oximetry, patient movement support systems), GAMGOW bags, patient warming systems designed and individual performance enhancing systems (high altitude oxygen and related systems) required by GA to provide medical treatment to injured isolated personnel and to operate safely during humanitarian and CSAR missions worldwide. 4. Manpower/Personnel. Fielding of Precision Aerial Insertion Systems, Technical Rescue Equipment, Maritime Rescue Equipment, CSAR Sonar, Carbine, and Dive Recovery Technician will require initial training and creation of a training program for GA operators, existing AFE personnel, vehicle maintenance, and maritime equipment contractors assigned to or who directly support maintenance and sustainment of GA equipment at the unit level. 5. Maintenance: Maintenance will be provided through either contract logistics support or ACC maintenance personnel. Each item/subcomponent will have an appropriate logistics concept supporting the capability. The contractor will repair anything between the user and the original equipment manufacturer (OEM). The operator will perform routine and minor repair maintenance (i.e., cleaning, replacement of spare parts, etc.). 6. Training. The CLS contractor will provide training as requested by each unit. 7. Support Equipment (SE). If additional SE is required, maximum use will be made of current USAF support equipment in the inventory. 8. Supply Support. The Contractor will maintain GA spares to support integration and test, and procure initial spares to support initial operations. The use of standardized GA equipment across ACC users will reduce the number of spares necessary to support GA versus managing depot repairs separately. 9. Technical Orders. Technical Orders (TOs) will be updated as required. Commercial manuals will be used when feasible. 10. Facilities. Facilities or support infrastructure will be required to operate and maintain the GA family of systems. Existing facilities will be used to the fullest extent possible when locating additional equipment and repair facilities. 11. Warranty. The Contractor will track and maintain all warranty items and process them for warranty repair. 12. Consumables/expendable items. These items will be disposed of in accordance with the appropriate directive. Components that have a warranty will be returned to the Contractor for repair/replacement. 13. All non-consumables components. Warner Robins Air Logistics Center (WR-ALC) is assigned per the Mission Assignment for Battlefield Airman Modernization (BA Mod) Program Letter, dated 12 July 2006 or contractor logistics support (CLS). The level of maintenance will be determined after a cost analysis has been conducted. 14. Unique Identification (UID) Requirements. Unique Identification (UID) will be applied in accordance with MIL-STD-130. 15. Two (2) paper copies should be submitted as set forth in paragraph 16 below. All paper copies must be clearly labeled "Proprietary/Competition Sensitive Information" on the cover sheets and, in close proximity to this type of information, on each applicable page. Proprietary/Competition sensitive information will be protected from disclosure. E-mail copies of the paper submittal will be accepted. 16. Responses must be received no later than 13 February 2009. The two (2) paper copies (e-mail) submittal should be sent to 670 AESS/SYKA, Attn: Nancy Leggett, (Com: 937-255-1696, e-mail: Nancy.Leggett@wpafb.af.mil), Bldg 46, 1895 Fifth Street, WPAFB OH 45433-7200. Any programmatic questions should be directed to Mrs. Stacey McKinney, Program Manager, (Com: 937-255-9849, e-mail: Stacey.Mckinney@wpafb.af.mil) and technical questions should be directed to Mr. Donald Jones, (Com: 937-255-2925, e-mail: Donald.Jones@wpafb.af.mil ).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=59389d441918351dc66912da59464950&tab=core&_cview=1)
- Document(s)
- Request For Information
- File Name: Request For Information (GA CLS RFI - 21 January 2009-NFL comments.docx)
- Link: https://www.fbo.gov//utils/view?id=4e171dccea92f68076929fd26116b0c9
- Bytes: 22.48 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: Request For Information (GA CLS RFI - 21 January 2009-NFL comments.docx)
- Record
- SN01738717-W 20090129/090127215646-59389d441918351dc66912da59464950 (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 |