Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 06, 2013 FBO #4120
SOURCES SOUGHT

16 -- F15 Modernization

Notice Date
3/4/2013
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8634-13-R-2652
 
Point of Contact
Lewis B. Reed, Phone: 9379046674, David Earl, Phone: (937)604-6600
 
E-Mail Address
lewis.reed@wpafb.af.mil, david.earl@wpafb.af.mil
(lewis.reed@wpafb.af.mil, david.earl@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: FA8634-13-R-2652 Notice Type: Sources Sought Synopsis: This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is issued solely for market research and planning purposes only and does not constitute a solicitation nor is this notice a request for quotation or proposal. The purpose is to improve the Government's understanding of the current marketplace and to identify capable sources which can provide the requirements associated with the following program. The F-15 System Program Office contemplates a single-award Indefinite Delivery/Indefinite Quantity (IDIQ) contract for USAF and FMS customers with additional purchase contracts for acquisition and sustainment requirements of the F-15 weapon system. The contract will be used by AFLCMC/WW, and is intended to cover those types of supplies/services which have historically been acquired sole source from the Original Equipment Manufacturer (OEM), and future requirements for which the Government would solicit and negotiate on a sole source basis as authorized by FAR Part 6. This is not bundling of efforts that might otherwise be acquired from a source or sources other than the OEM. Potential delivery orders under this IDIQ may include activities such as design, integration, test and production of future modifications and enhancements to the F-15 weapon system as well as product support to include, but not limited to field and depot level support, sustaining engineering, software support, data rights, technical data, aircrew and maintenance trainers, initial spares, provisioning and support equipment. Orders under this IDIQ will be primarily supply type contracts with incidental services. A large portion of the orders will be for upgrades/acquisitions, with smaller portions of repair and maintenance type orders. The following are discriminating requirements for the purpose of determining whether a company has the capability and previous experience necessary to perform this effort. Interested parties must have access to all below items: a) F-15 weapon system and subsystem-engineering drawings, b) F-15 depot technical data, c) Manufacturing equipment/machines, d) Test equipment, e) Calibration equipment, f) Clean rooms and environmentally controlled facilities g) Facilities capable of controlling classified programs The US Government is unable to provide the above listed proprietary data, equipment, or facilities listed above. The estimated ceiling amount for the program is $5B based on a 5-year period of performance with one follow-on five year option. Contract efforts are subject to FAR 52.232-18 availability of funds. Anticipated award date is estimated to be approximately December 2014 for the basic contract and the initial delivery order. This publication is intended to elicit responses from sources with the knowledge, skills, data, equipment, proper facilities and the capacity to meet the Air Force's requirements. The source must be able to perform (as a minimum) all the following tasks; provide contractor evaluation and repair/upgrade in accordance with approved technical data procedures on all F-15 weapon system items and ground support equipment; identify, evaluate and recommend solution for F-15 weapon system supportability anomalies; design, test and integrate hardware modifications with the aircraft and other equipment and/or software; design, code, and test software changes to the F-15 aircraft weapon system and ground support systems; identify and evaluate impacts to the AF mission planning systems; develop, deliver, and maintain F-15 system related technical data. This effort will include administrative support, interface with flight test organizations, and manufacture of hardware, firmware, and compliance with Air Force retrofit processes. The Air Force cannot project the precise F-15 weapon system acquisition and sustainment requirements to be acquired. Some past, current and projected upgrades/acquisitions include (but are not limited to) digital video recorder; Panoramic Helmet NVG compatibility; computerized fault reporting system; AF mission support system; advanced targeting pod; PLV processor replacement; radar warning receiver upgrade; GPS/EGI integration; advanced Smart Weapon integration; continued OFP support; continuing flight test support; TISS technology insertion; aircrew/maintenance trainer upgrade and support; secondary power system upgrade; beyond line of sight communications; joint mission planning system integration; identification friend/foe upgrade; JHMCS integration; advance display core processor; IRST upgrade; SATCOM; digital HUD upgrade; ADDL upgrade; Dual Digital CAS; MCCP; ALHTK; special studies/white papers. The F-15 Systems Office is continually surveying the market to identify sources able to perform all previously mentioned requirements. Qualified sources must have the knowledge and capability to perform all stated requirements starting approximately December 2014. Interested sources must submit the following information for Air Force assessment: a) Description of existing F-15 weapon system experience relative to acquisition and sustainment support activities to include an outline of previous work performed; b) Description of capability to design, develop, integrate, fabricate, test, install, and support modifications and enhancements to F-15 weapons systems; including the contractor's capability to provide classified (up to the SECRET clearance level) and unclassified hardware and documentation storage/handling; c) Qualifications of lead management and engineering personnel projected to work on this contract (to include education, background, accomplishments, and other pertinent information relevant to the task outlined above); d) Efficient organizational structure, with emphasis on how this program fits into the overall company's weapon system integration and sustainment process; e) Information on existing laboratory, test and production facilities needed to accomplish these requirements, including TEMPEST facilities needed to develop and test hardware and software; f) Information on deficient capabilities to include but not limited to the above listed capabilities and the proposed fix to those deficiencies. g) Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 336413, size standard 1,000 employees; please indicate number of employees relative to the size standard of 1,000. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. h) Contact information to include: name of company, CAGE code, address, company point of contact, phone number, and email address; Respondents should also state whether they are interested in being a prime contractor for this requirement or a subcontractor. NOTE: Submissions are limited to 100 pages 8.5 x 11-inch pages with no smaller than 12-point font. Only affirmative responses to this notice will be assessed to the extent necessary for the Government to determine the technical capability of F-15 integration. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Acquisition strategy has not yet been determined; market research results will assist the USAF in determining whether this requirement will be a full and open, small business set-aside, or sole source acquisition. Note that, if there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Dec 1996)... (b) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern. (2) Supplies (other than procurement from a non-manufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials..." Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Note that, if this effort is not set-aside for small business, small business utilization will be considered. Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. All submissions are requested to be made electronically by 4 pm EST on 5 April 2013 and sent to the F-15 Program Office, Attn: david.earl@wpafb.af.mil. Submissions must not exceed 4 MB. Any information submitted by respondents to this synopsis is strictly voluntary. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government reimburse the respondents for any costs associated with their responses. This synopsis does not constitute a Request for Proposals (RFP), or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will not pay for any information submitted by respondents to the request. The Government reserves the right to contact the submitting parties as required, for further clarification on material provided. Respondents will not be notified of the results of the assessment Contracting Office Address: AFLCMC/WWQK F-15 Division Area B, BLDG 553 2725 C Street Wright-Patterson AFB, Ohio 45433
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8634-13-R-2652/listing.html)
 
Record
SN03003106-W 20130306/130305114604-2f8d83c37c45eeb698aea02ae8270017 (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.