Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2012 FBO #3945
SOLICITATION NOTICE

16 -- C-27J Training System for the Royal Australian Air Force - Request for Information

Notice Date
9/10/2012
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
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
RFI-C-27J-TS-RAAF
 
Archive Date
10/12/2012
 
Point of Contact
David K. Timko, Phone: (937) 255-2841, Amanda L. Morris, Phone: (937) 986-7538
 
E-Mail Address
david.timko.1@us.af.mil, amanda.morris@wpafb.af.mil
(david.timko.1@us.af.mil, amanda.morris@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: RFI-C-27J-TS-RAAF Notice Type: Request for Information Synopsis: This Request for Information (RFI) requests information for planning purposes in accordance with FAR 15.201(e). This RFI represents the initiation of market research for the C-27J Training System (TS) for the Royal Australian Air Force (RAAF). A sources sought synopsis may be issued as program acquisition develops. Responses to this notice are not considered offers and cannot be accepted by the USG to form a binding contract. The U.S. Government (USG) is conducting market research to identify, as potential sources, companies that may possess the expertise, capabilities, and experience to competently and competitively respond to the requirements of this Foreign Military Sales (FMS) acquisition effort for the design, development, production, integration, installation, and sustainment of the C-27J TS for the RAAF. Contractors/Institutions participating in this market research are advised their participation in this survey may not ensure participation in future solicitations or contract awards. Moreover, the USG will not reimburse participants for any expenses associated with preparation or participation in this survey. Respondents are solely responsible for all expenses associated with responding to this notice requesting information. Instructions: 1) Following is a brief description of procurement and sustainment requirements for the C-27J Training System RAAF FMS program, a request for applicable business information, and a Contractor Capability Survey which allows you to provide your company's capabilities. 2) If you elect to participate in the market research, please provide documentation substantiating your company's capabilities and past experience pertinent to the C-27J Training System acquisition. Failure to provide sufficient information may result in the USG being unable to adequately assess your capabilities, thus limiting the effectiveness of this market research effort. 3) Both large and small businesses are encouraged to participate in this market research, and joint ventures or teaming arrangements are allowed. Part I. Purpose and Requirements: Purpose of this market research is to identify potential sources that possess the expertise, capabilities, and experience to meet the requirements for the design, development, production, integration, installation, and sustainment of the C-27J TS RAAF FMS program. Training devices required for this FMS program shall be based on the USG Air National Guard configuration baseline for the C-27J ‘Spartan' aircraft. At this time the USG anticipates procurement to include a suite of C-27J training devices to include, but not limited to: Operational Flight Trainer or equivalent Weapon System Trainer with full motion level D requirements, Flight Management System Desk-Top Trainer, Part Task Trainer, Cockpit Panel Mockup, Fuselage Trainer, and Maintenance Training Device. The number of training devices or combination required remains in work. Provide all aspects of aircrew student ground training and management including all required training media (e.g., computer based training, texts, classroom training aids, etc.), courseware, and instructors. The USG projects a firm-fixed price type contract with up to a seven year period of performance. Basic contract and options are subject to change. The Contractor shall deliver via commercial shipment and install the suite of C-27J training devices at a yet to be determined RAAF operating location in Australia. In support of the C-27J Training System RAAF FMS program, the Contractor shall be responsible for the following sustainment requirements: Contractor logistics support (CLS) to include on-site preventative and remedial maintenance and technical support of the training devices; repair, modification or replacement of repairable items and purchase of additional consumable spares in support of such repairs, modifications or replacements; purchase of C-27J aircraft parts, information, and data from the RAAF C-27J aircraft Prime Contractor and/or Original Equipment Manufacturer as necessary; and purchase of organizational (O-level) support equipment and three (3) years of initial spare parts. Part II. Business Information: Please provide the following information for your company/institution and for any teaming or joint venture partners: Company/Institute name; address, point of contact, CAGE Code, DUNS Number, phone number, e-mail address, web page URL, and size of business pursuant to North American Industry Classification System (NAICS) Code 336413. Based on the above NAICS Code, state whether your company qualifies as a: 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 Small Business (Yes/No), Central Contractor Registration (CCR) (Yes/No), and a statement as to whether your company is domestically or foreign owned. If foreign owned, identify country of ownership. Part III. Capability Survey Questions: Describe briefly your current capabilities for developing and producing aircrew and maintenance training devices, performing CLS including description of specific CLS elements provided, and delivering and sustaining aircraft platform-related training devices as a comprehensive aircrew and maintenance training system. Moreover, describe your demonstrated past experience (no more than 5 total examples) in developing and producing aircrew and maintenance training devices (i.e. device fidelity, accreditation), performing CLS including description of specific CLS elements provided, and delivering and sustaining aircraft platform-related training devices as a comprehensive aircrew and maintenance training system to include: program name, USG or Contractor POC, description of effort (e.g., number of locations supported, number of Contractor personnel assigned, etc.), initial contract/task order award date and period of performance, cost of effort, and description of sustainment support strategy (e.g., on-call, modified on-call, etc.). To better elicit responses, please address the following questions and request for specific information: What experience do you have developing and maintaining training devices technical data, engineering drawings, manuals and source code/media? Describe your experience to derive, acquire or facilitate agreement to ensure technical data availability. [NOTE: Be advised that relative to the C-27J Training System RAAF FMS Program, the USG has no rights to the preponderance of data deemed essential for this program.] Do you own technical data that will be required for the design, development, production, and/or sustainment of the training devices? If yes, please identify such technical data and indicate rights or restrictions associated with the data. Are you currently a party to any license agreement that will provide access to technical data? If yes, please identify such technical data and indicate rights or restrictions associated with the data. Describe your experience, to include issues and corrective action, in working with another company's proprietary data. Describe your capabilities and experience in modifying existing training systems/equipment (hardware and software) to solve maintenance and support problems in the training system environment. Describe your experience in running a change management process ensuring the devices stay concurrent with the aircraft. Describe your capability and experience to ensure training and material support. Describe your experience of site activation/startup (i.e. delivery, on-site instruction) for setting up and beginning training at a new site? Please provide relevant examples to include work in Australia and/or OCONUS sites. Describe the top 5 risks you foresee in executing this type of foreign military sales device procurement and contractor logistics support effort. Briefly provide steps you would likely take to mitigate the risks. Describe your company's experience in development, management, and maintenance of courseware, classroom instruction and simulator instruction. Describe any other relevant information with supporting rationale that you wish to bring to the USG's attention. Respondents should indicate which portions of their response are proprietary and/or competition sensitive and should mark them accordingly. All material received will be deemed acceptable for release to the Royal Australian Air Force. Generic marketing material is considered an insufficient response to this RFI. Please limit responses to no more than 30 pages. Written responses (no facsimiles or e-mails please) must be received no later than 11:59 PM Eastern on Thursday, 11 October 2012. Please mail two (2) copies of your response to this notice to: Simulators Division (WNSK), Attn: Mr. David Timko, Bldg 32, 2300 D Street, AFLCMC, Wright-Patterson AFB, OH 45433-7249. Additional Info: Please contact Mr. David Timko or Ms. Amanda Morris for contractual questions. For any programmatic questions please contact Mr. Thomas Weiss at (937) 255-3649 or Thomas.Weiss@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/RFI-C-27J-TS-RAAF/listing.html)
 
Place of Performance
Address: USAF/AFMC AIR FORCE LIFE CYCLE MANAGEMENT CENTER SIMULATORS DIVISION 2300 D STREET BLDG 32, Wright-Patterson, Ohio, 45433-7249, United States
Zip Code: 45433-7249
 
Record
SN02876056-W 20120912/120911001352-007322013c8500cd2ca84fe66fd3bee4 (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.