SOURCES SOUGHT
16 -- Sustainment for Instramental Training System (MOKKITS)
- Notice Date
- 11/14/2012
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Pacific Air Forces, 647 CONS - Hickam, 90 G Street, bldg. 1201, JBPHH, Hawaii, 96853-5230, United States
- ZIP Code
- 96853-5230
- Solicitation Number
- MOKKITS-Sustainment
- Archive Date
- 12/13/2012
- Point of Contact
- Casey A. Shaner, Phone: (808) 448-2941, Bryan Ewing, Phone: 808-448-2954
- E-Mail Address
-
casey.shaner@us.af.mil, bryan.ewing@us.af.mil
(casey.shaner@us.af.mil, bryan.ewing@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 647 th Contracting Squadron is conducting market research to determine potential sources f or a follow-on, depot level, contractor logistics support (CLS) contract for the Misawa/Osan/Kunsan/Kadena Instrumented Training System (MOKKITS). The current contract expires in September 2013 and HQ PACAF/A3XR requires follow-on depot level Contractor Logistics Support (CLS) for MOKKITS. The MOKKITS 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 range-less and ground-based live monitor operations. The MOKKITS includes the airborne subsystems (pods) AN/ASQ-T34 and AN/ASQ-T503 with Data Transfer Devices (DTDs); ground systems includes Surface Instrumentation Sub-system (SIS) and Individual Combat Aircrew Display System (ICADS; auxiliary equipment (hangar band weights, serial and parallel umbilical (all configurations, A-10 adapters, and A-10 umbilicals); and support equipment, both peculiar and Non-peculiar (commercially available test/measurement equipment). This RFI encompasses the continued "depot" level CLS for the MOKKITS necessary to sustain operational tempos at MOKKITS operating locations. 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. 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, with minimal organizational data being primarily for loading/unloading and check-out of the pods. 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 MOKKITS configurations used at MOKKITS operating locations (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 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 may acquire replenishment spares in the case of Government approved GFP BER, loss or destruction cases. In some cases, Government may remove some pods from service I lieu of obtaining additional spares. 5. The contractor will be responsible for meeting all performance and operational requirements over the life of the contract, regardless of the contract are met by the pods over the life of the contract, regardless of parts obsolescence or availability. 6. The contractor will be expected to meet the following performance standards: (1) 95% sortie success rate; (2) 85% real-time missile engagements success; and (3) 100% equipment availability rate for scheduled sorties/missions. Information available for potential government solicitation consists of. non-proprietary maintenance and technical data. Specifically, this announcement requests Statements of Capabilities outlining specific relevant experience and/or approach, as appropriate, in satisfying the above requirements. Interested parties are requested to submit their Statement of Capabilities in the form of a White Paper, a maximum of 5 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 334511. Those desiring to do business with the Air Force must be registered in the System For Award Management (https://www.sam.gov/portal/public/SAM/). 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. All responses will be unclassified. If respondents wish to restrict distribution of White Papers, they must be marked appropriately. Government responses to questions that are broadly applicable to all will be posted on the FedBizOps website. Participation is strictly voluntary with no cost or obligation to be incurred by the Government. Responses must be received by 3:00 PM Hawaii Standard Time (HST) on 28 Nov 2012. POC's for this acquisition are Primary: TSgt Casey Shaner, casey.shaner@us.af.mil, Commercial 808-448-2941 and Alternate: Bryan Ewing, bryan.ewing@us.af.mil, Commercial 808-448-2954. 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 electronically to casey.shaner@us.af.mil or bryan.ewing@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/PAF/15CONS/MOKKITS-Sustainment/listing.html)
- Place of Performance
- Address: 647th Contracting Squadron, 90 G St Bldg 1201, As well as Misawa, Osan, Kunsan, and Kadena, Joint Base Pearl Harbor Hickam, Hawaii, 96853, United States
- Zip Code: 96853
- Zip Code: 96853
- Record
- SN02930113-W 20121116/121114233943-7e6a1efd21b981f2d110f3dacc9352e7 (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 |