SOURCES SOUGHT
16 -- P5CTS Follow On CLS
- Notice Date
- 9/20/2012
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
- ZIP Code
- 32542-6864
- Solicitation Number
- P5CTSFollowOnCLS
- Archive Date
- 10/19/2012
- Point of Contact
- Kevin R Miller, Phone: (850) 882-3404, William J. Worlds, Phone: 8508833365
- E-Mail Address
-
kevin.miller@eglin.af.mil, william.worlds@eglin.af.mil
(kevin.miller@eglin.af.mil, william.worlds@eglin.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Synopsis: The following is a request for information (RFI) to gather data for planning purposes. This sources sought synopsis does not constitute a request for proposal (RFP), request for quote, invitation for bid, nor does it in any way restrict the Government to its ultimate acquisition approach. The Government is not liable for any costs incurred by the contractor in response to this synopsis, and therefore, will not compensate any contractor for work performed in response to this synopsis. The Air Force Life Cycle Management Center is conducting market research to determine potential sources for a follow-on, depot level, contractor logistics support (CLS) contract for the P5 Combat Training System (P5CTS). The current contract depot CLS ordering authority expires in June 2013, and the Range Systems Branch, Test and Training Division, Air Force Life Cycle Management Center, Eglin AFB, FL, requires follow-on depot level CLS for the P5CTS. The P5CTS provides realistic Air Combat Training to the warfighter and employs instrumentation on high activity participant aircraft and ground subsystem components. The system contains an air-to-air data link for sharing participant GPS based time-space-position information and is capable of both rangeless and ground-based live monitor operations. The P5CTS includes the Airborne Subsystems (AN/ASQ-T50(V)1and AN/ASQ-T50(V)2 with data recording devices - DRD); Ground Subsystems (Transportable with and without live monitor (AN/GSQ-T104 and AN/GSQ-T105), Portable (AN/PSQ-T3) and Fixed (AN/GSQ-T106) and Remote Range Unit (AN/FSQ-T33)); auxiliary equipment (hanger band weights, boot flash modules, Navy parallel and Air Force serial and parallel umbilicals (all configurations), A-10 adapters, and A-10 umbilical); and support equipment. Support equipment includes common equipment (to include commercially available test/measurement equipment) and peculiar equipment (e.g., Control Display Unit (CDU), alignment fixture, barrel nut removal tool, and hand tools). The P5CTS interfaces with user field site infrastructure, electronic warfare servers, and Radiant Mercury ground guards located at live monitor locations. This RFI encompasses the continued "depot" level CLS for the P5CTS necessary to sustain operational tempos where all P5CTS Air Force owned system components are located. The Government expects to award a Firm Fixed Price contract for depot level support. The period of performance for each year is up to 12 months from contract award and the contract will cover a base year and four option years. The contract will also include Cost Plus Fixed Fee for other systems/sustaining engineering and technical support to include repair of Government induced failures, analyses, studies, on-site support and training. A time and material CLIN will be included for quick failure analyses. A cost reimbursable CLIN will be included for travel. In addition, the contractor will be expected to provide Firm Fixed prices for each contract year for the manufacture, test and delivery of spares acquired by the Government. Limited maintenance is accomplished at field level. The maintenance concept is remove and replace line replaceable units at the field organizational level and return to the contract depot for repair/overhaul. There is no complete technical data package. While some drawings are available for the Airborne Subsystem (pod), no drawings are available at all for the Ground Subsystem. Organizational level only technical manuals are available. The Government does not have unlimited data rights for the system. Limited rights apply to the pod hardware and restricted rights apply to the pod software. While the Ground Subsystem is primarily commercial off-the-shelf, except for the Remote Range Unit and DRD readers, there is system peculiar software and firmware. Limited rights apply to the Ground Subsystem display software known as the Individual Combat Aircrew Display System. Also, the Government has only taken delivery of executable software or firmware code for the system and no source code. The following are performance work requirements: 1. The CLS contractor must perform all duties and functions associated with material management; inventory control point (stock/store/issue); spare part replenishment; configuration and data management; quality assurance; packaging, handling, storage and transportation; unique item identification (IUID)/umbilical markings/IUID registry update; maintenance (scheduled and unscheduled) (repair/overhaul); demilitarization and disposal; sustaining and systems engineering; system integration; and diminishing manufacturing sources and material shortages (DMSMS) and obsolescence. Depot CLS will cover all P5CTS configurations located at all Air Force installations (CONUS and OCONUS), which will require export licenses. The contractor will be expected to prevent the inclusion of counterfeit parts or parts embedded with malicious logic into products repaired or sold to the Government. 2. The depot tasks will include implementing time compliance technical orders and entering information into the Air Force Reliability, Availability, Maintainability for Pod system, such that at any time the location and status of the depot inventory can be provided when required by the Government. The contractor is expected to be able to accomplish root cause analyses for failure trends and take corrective actions as agreed upon by the Government. 3. The contractor must manage and maintain accountability and serviceability of Government furnished property (GFP) in accordance with the contract GFP clauses (e.g., FAR Part 45/52 and associated DFAR/AFFAR subparts). 4. The contractor is expected to manufacture and provide additional spares if required over and above the GFP inventory to meet the performance requirements/standards. The Government will acquire replenishment spares in the case of Government approved GFP BER, loss or destruction cases. 5. The contractor will be responsible for managing Diminishing Manufacturing Sources and Material Shortages (DMSMS) and obsolescence over the entire period of the contract and for ensuring no additional costs are incurred by the Government due to DMSMS/obsolescence. The contractor will be expected to develop a DMSMS/Obsolescence Management Plan for managing the loss, or impending loss, of manufacturers or suppliers of parts and/or material, software, and firmware required for performance of the contract. The contractor will manage the P5CTS configuration baseline and associated documentation, to include but not be limited to submission and implementation of Government approved no cost engineering change proposals (ECP) for DMSMS/obsolescence Other Class I and Class II ECPs shall apply IAW a Government approved Configuration Management Plan. Regardless of DMSMS/obsolescence issues and problems, the contractor will remain responsible for meeting all performance and other requirements of the contract. 6. The contractor will be expected to meet the following contract performance standards: (1) depot spare, out-of-the-box reliability - 98%; (2) depot spare availability - 99.8%; (3) mean time to repair - 60 calendar days or less; (4) replenishment issue time - average 2 days or less; and (5) no cost ECPs associated with DMSMS/obsolescence. Information available for potential government solicitation includes: 1) Some non-proprietary P5CTS/TCTS documentation and drawings (such as P5CTS performance specification, organizational technical orders, etc) 2) P5CTS executable code Specifically, this announcement requests Statements of Capabilities outlining specific relevant experience and/or approach, as appropriate, in satisfying the above requirements. The anticipated North American Industry Classification System (NAICS) code for this future acquisition is 811219, with a small business size standard of $19M. Interested parties are requested to submit their Statement of Capabilities in the form of a White Paper, a maximum of 10 single-sided pages with text no less than 12-point font (Arial or Times New Roman) and a minimum of one-inch margins in Microsoft® Word, Adobe® PDF or compatible format. Do not include photos or references as part of the package. The white papers should be formatted as follows: 1. Section A: Title, Name of Company, Name, Telephone number, Email address for a Point of Contact, Contractor Commercial and Government Entity (CAGE) code, Data Universal Numbering System (DUNS) number in the capability package and indicate company category, for example, a US company, large business, small business, small disadvantaged business or women-owned small business as described by NAICS code 334220. Those desiring to do business with the Air Force must be registered in the Central Contractor Registration System (http://www.ccr.gov). 2. Section B: Background, Brief History highlighting past relevant experience providing depot contractor logistics support for similar systems. Interested parties must identify number of years experience and specific systems experience and/or approach, as appropriate, Offerors must address their experience in satisfying performance based CLS contracts. Identify contract performance requirements and actual contract performance against the standard requirements. 3. Section C: Capabilities: Identify how existing capabilities will be used to satisfy paragraphs 1 through 6 above. Number and title each paragraph to align with the above paragraphs. Please address each paragraph. If no capability exists, please state so. 4. Section D: Workarounds Where Capabilities Do Not Exist. For each paragraph above where capabilities do not exist, please identify how the requirement would be satisfied. Specifically address workarounds due to the lack of a hardware/software technical data package and the lack of software/firmware course code. Information associated with this effort is unclassified, or classified up to, and including, SECRET. If respondents wish to restrict distribution of White Papers, they must be marked appropriately. All unclassified and classified responses should be marked accordingly and reviewed to ensure consideration of operational sensitivities prior to submission. Government responses to questions that are broadly applicable to all will be posted on the FedBizOpps website. Unclassified responses are encouraged to the maximum extent practicable. Classified responses should be coordinated with AFLCMC/EBYK, Mr. Kevin Miller, 850-883-3404, 314 W. Choctawhatchee Ave, Bldg 40, Eglin AFB, Florida, 32542. Participation is strictly voluntary with no cost or obligation to be incurred by the Government. Responses must be received by 3:00 PM Central Standard Time (CST) on 4 Oct 2012. Any responses received after this date and time may not be considered at the discretion of the Contracting Officer. Capability Statements and/or questions may be submitted in writing electronically to kevin.miller@eglin.af.mil or regular mail to AFLCMC/EBYK, Attn: Mr. Kevin Miller, 850-883-3404, 314 W. Choctawhatchee Ave, Bldg 40, Eglin AFB, Florida, 32542-5700, or faxed to 850-882-3226.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/P5CTSFollowOnCLS/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN02891800-W 20120922/120921001348-230adb22cc5b3f4013a47c5327303ccf (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 |