Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 07, 2014 FBO #4458
SOURCES SOUGHT

58 -- Joint Threat Emitter (JTE) Provisioning Data and Initial Spares

Notice Date
2/5/2014
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA821014RJTEP
 
Archive Date
2/27/2014
 
Point of Contact
Chad Kotter, , Sean Jones, Phone: 801-586-2144
 
E-Mail Address
chad.kotter@us.af.mil, sean.jones.2@us.af.mil
(chad.kotter@us.af.mil, sean.jones.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS FOR Provisioning Data, and Initial Spares, US Air Force (USAF) Joint Threat Emitter (JTE) Department of the Air Force, Air Force Materiel Command, AFLCMC/HBZCB Notice Type: Sources Sought SYNOPSIS: 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 334511. The Government will use this information to determine if there are interested and qualified vendors to include 8(a), Service-Disabled Veteran-Owned, Hub zone, and Woman-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2. Background and Program Details As it currently stands, there are 18 fielded JTE systems. However, the government lacks a fully robust technical data package, nor owns sufficient government purpose rights to organically sustain the hardware and software of the current JTE baseline. The system has become increasingly difficult to maintain when factoring in the existence of proprietary software and various hardware components that have become obsolete. To alleviate these sustainment issues the Air Force awarded the Joint Threat Emitter Follow-on Production (JTEFOP) contract to Northrop Grumman Amhearst Systems (NGAS) in a competitive source selection process. The JTEFOP will provide the government full Government Purpose Rights, a complete Technical Data Package, eliminate the proprietary software, resolve system obsolescence, purchase 5-15 additional JTEs, manufacture up to 18 JTE retrofit kits, and provide Provisioning Data, initial spares, and JTE system training. This contract also supports Foreign Military requirements for JTE systems, training, and spares. The JTEFOP has an extensive first article testing requirement to ensure the robustness of the upgraded design as well as the verification of the backwards compatibility requirement with the 18 currently fielded JTE systems. The intent of the government was to include provisioning data and spares as part of the overarching JTEFOP requirement, but because several technical approaches could potentially have existed (based on previous market research) we were unable to establish pricing evaluation criteria for the provisioning data and initial spares prior to contract award. 3. Specific Requirements The Contractor shall perform an assessment of the ability to support the JTE system over the next 20 years based on the criteria provided in AFMCE 23-101. The JTE system includes the Mobile Command and Control Unit (MC2U), Fixed Command and Control Unit (FC2U), Threat Emitter Unit (TEU) and the Wideband Threat Emitter Unit (WTEU), currently under First Article development with Northrop Grumman Amhearst Systems. The Contractor shall document strategies and assessments of all components for obsolescence potential in the form of a test report. A preliminary report shall be presented at the Critical Design Review (CDR), scheduled for June 2014. The final report shall be delivered 24 calendar days after CDR. The Contractor shall provide a Proposed Spare Parts List, Provisioning Parts List, and Applications/Programs/Indenture (API) Data. The Contractor shall provide data for the Initial Provisioning Performance Specification (IPPS) for this effort. Provisioning Technical Documentation (PTD): The Contractor will be required to submit PTD in LSA036 format compatible with the Air Force Materiel Command (AFMC) Automated Provisioning System (D220) as required by MIL-PREF-49506 and its associated IPPS. The Provisioning Performance Schedule, on contract FA8210-13-C-0001 reflects a need date of May 2014 for the first PTD delivery which consists of a Long Lead Items List (LLIL), Engineering Data for Provisioning (EDFP), and the Defense Logistics Services Center (DLSC) screening results, necessary to support a Long Lead Provisioning Spares Conference scheduled for June 2014. The second delivery of PTD is required for delivery on June 2015 and consists of Provisioning Parts List (PPL) and accompanying EDFP to support a Spares Provisioning conference due in September 2015. Supplemental Data for Provisioning (SDFP): The contractor will be required to provide SDFP as necessary to support JTE First Article Development efforts. Initial Spares Support List (ISSL): The Contractor will be required to provide an ISSL that will include all repairable and consumable components, assemblies, and subassemblies required to support First Article TEU, MC2U, FC2U, and WTEU systems currently being produced under FA8210-13-C-0010. First delivery will be submitted 14 calendar days prior to Critical Design Review (CDR), with final delivery due NLT 14 calendar days after CDR. Initial Spares: The contractor will be required to fulfill initial spares, special tools and test equipment purchase orders for both Foreign Military Sales (FMS) and United States Air Force (USAF) JTE system necessary to support the First Article TEU, MC2U, FC2U, and WTEU systems currently being produced under FA8210-13-C-0010. The interested party must demonstrate how they can provide our provisioning data and spares without negatively impacting the program delivery schedule of the Joint Threat Emitter Follow-on Program. Specifically the contractor shall have all of the following expertise and abilities: · The ability to participate in the design process of the upgraded JTE software and hardware baseline · The ability to provide the required Provisioning Data and Initial Spares without delaying the current Joint Threat Emitter Follow-on Production Contract · The ability to determine the Initial Spares and Support Equipment for the JTE System to include the TEU, WTEU, MC2U, FC2U · Expertise in the development of multiple type and variants of Provisioning Technical Data and Supplemental data for provisioning in the required format (i.e. LSA 036 and D220) · The ability to obtain access to proprietary data owned by Northrop Grumman Amhearst Systems · Experience/knowledge related to Engineering/Technical Data Packages 4. Period of Performance The government has multiple delivery requirements to successfully support the JTEFOP. The first delivery of provisioning technical data must occur by May 2014 to support the Long Lead Spares Provisioning Conference in June 2014. The second data deliverable is due by June 2015 to support an additional Spares Provisioning Conference in September 2015. The Long Lead spares must be manufactured and delivered NLT 1 Mar 2016. 5. Requested Responses Business Information: Provide the following Business Information for your company: · Company Name: · Address: · Point of Contact: · CAGE Code: · Phone Number: · E-mail Address: · Web Page Address: · Central Contractor Registration (CCR) (Yes \No) · Specify whether your company is a U.S. or foreign-owned firm · North American Industry Classification System (NAICS Code: 334511) Based on above NAICS code, state whether your company is small business and provide additional information regarding the type of small business (women-owned, small disadvantaged business, HUBzone, etc.) Identify if your company is qualified as an 8(a) candidate. 6. Potential Offeror Capabilities: Please provide responses to the following items: 1. What is your experience in providing the capability to accomplish the objectives/requirements listed above? Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officers or Program Managers). 2. Discuss any documents or data you will require to complete the objectives listed above and briefly explain their purpose. 3. What are the top five risks you see in accomplishing this effort? 4. Provide other relevant topics, concerns, or information that will help the Government form an acquisition strategy. Potential Offeror Capability Briefings: A focused capabilities briefing may be required. The Government will contact you should it be determined that a capabilities briefing is needed. Response Procedures: The Government is looking for contractors interested in satisfying this requirement at the prime contractor level. Any contractors responding to this RFI who are interested in subcontracting opportunities should note that in their response. Companies responding to this market research are advised their response does not ensure participation in future solicitations or contract awards. The Government will not reimburse any company or individual for any expense associated with preparation or participation in this research. Interested parties should e-mail responses to chad.kotter@us.af.mil. E-mail response must be received no later than 12 February 2014. Direct and succinct responses are preferred. Marketing material is allowed but considered an insufficient response. In addition, identify a representative for Government inquiries and requests for clarifications of the information provided. Respondents should indicate which portions of their response are proprietary and should mark them accordingly.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA821014RJTEP/listing.html)
 
Record
SN03282097-W 20140207/140205234530-004cc21aec46d3c76e9d0d0d9f348c38 (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.