SOURCES SOUGHT
16 -- MOBILITY AIR FORCES (MAF) DYNAMIC RETASKING CAPABILITY (DRC) CONTRACTOR LOGISTICS DEPOT SUPPORT
- Notice Date
- 4/1/2014
- 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 - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- HBDC-DRC-CLS-MAR14-01
- Archive Date
- 5/14/2014
- Point of Contact
- Walter J Wysocki, Phone: 7812254109, Kelly A. Martineau, Phone: 781-225-4106
- E-Mail Address
-
walter.wysocki@hanscom.af.mil, kelly.martineau@hanscom.af.mil
(walter.wysocki@hanscom.af.mil, kelly.martineau@hanscom.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice Date 01 April 2014 Response Date 14 April 2014 (4:00 PM EST) Notice Type Sources Sought FBO Category: (Procurement Classification Codes) PRODUCTS: 16 -- Aircraft components & accessories 58 -- Communication, detection, & coherent radiation equipment 59 -- Electrical and electronic equipment components SERVICES: D -- Information technology services, including telecommunications services H -- Quality control, testing & inspection services J -- Maintenance, repair & rebuilding of equipment L -- Technical representative services R -- Professional, administrative, and management support services NAICS code is 334511: Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. Contracting Office Department of the Air Force, Air Force Life Cycle Management Center, AFLCMC/HBDK, 5 Eglin Street, Hanscom AFB, Massachusetts, 01731 ZIP Code 01731 Solicitation Number HBDC-DRC-CLS-MAR14-01 Archive Date 30 days AFTER response date Point of Contact Walter Wysocki, Phone: (781) 225-4109 E-Mail Address walter.wysocki@us.af.mil Small Business Set-Aside TBD MOBILITY AIR FORCES (MAF) DYNAMIC RETASKING CAPABILITY (DRC) CONTRACTOR LOGISTICS DEPOT SUPPORT 1. Introduction DRC is a former Urgent Operational Need (UON), validated by AFCENT in February 2011, fielded in May 2012, and approved by the Air Force Requirements Oversight Council (AFROC) as an Enduring Capability in September 2012. The U.S. Air Force Life Cycle Management Center (AFLCMC), Battle Management Directorate, Theater Battle Control Division at Hanscom AFB, MA, is seeking potential sources of CONUS based Depot level Contractor-Logistics-Support (CLS) for its fielded (CONUS/OCONUS) MAF DRC assets. Presently the Air Force has installed and fielded DRC A-Kits on sixty-eight (68) MAF C-130J and C-17 aircraft. These A-Kit equipped aircraft are capable of accepting the thirty-six (36) DRC B-kits which were also produced and fielded on the DRC contract. Additionally, there are twelve (12) Field-Test-Equipment (FTE) units assigned to operational units flying DRC equipped aircraft. This hardware (A-Kits, B-Kits, FTEs) and the installed software, is used to provide for DRC equipped flight operations at seven (7) CONUS and three (3) OCONUS locations. The DRC Program Office contemplates using CLS for Depot level support of DRC for the foreseeable future. In support of this need the Government is considering award of a one (1) year base contract with four (4) one (1) year extensions funded with 3400 O&M dollars. Depot support will include: • Item-Spares management • Help Desk services • Troubleshooting, Servicing, Repairing DRC hardware • Information Assurance (IA) support • Shipping 1.1. A-Kits are permanently installed on forty-four (44) C-130J and twenty-four (24) C-17 aircraft. A-Kit installations include cargo bay to cockpit wiring, a cargo bay mounted patch panel, externally mounted antennas, and cargo bay mounting points for the removable B-Kit. 1.2. B-kits are comprised of easily installed/removed Roll-On, Roll-Off (RORO) assemblies located in the cargo bay and cockpit. 1.2.1. B-Kit Cargo Bay Equipment: Comprised of an 11" x 24" x 68" floor mounted communication enclosure containing a power supply, amplifier, Airborne Executive Processor (AEP), SADL radio, ARC-210 radio, fans, filters, wiring, case and latches. Total weight 200 lbs. 1.2.2. B-Kit Cockpit Equipment: Comprised of two (2), easily installed/removed, Portable Mission Displays (PMD) which are monitor/control devices. (2" x 6" x 9" screen with bezel mounted controls). 1.3. FTEs are land based test units originally produced as developmental/production tools for the DRC system. FTEs are primarily employed as operational test units with ancillary missions as ground stations capable of communicating with DRC aircraft in flight and as training aids. 1.3.1. The FTE is comprised of a cabinet (3' x 3' x 4'), power distribution device, laptop computer, SADL radio, PRC-117G radio, PSC-5 radio, fans, filters and wiring. 1.4. Software: The DRC B-Kit Airborne Executive Processor (AEP), the Portable Mission Display (PMD), and the Field Test Equipment (FTE) package all use DRC software version 6.2. DRC version 6.2 incorporates software for which the Government has both Government Purpose rights and Restricted rights. The restricted software titles follow: • Message Broker Services • Operator Station Human-System Interface (HSI) • Gateway Manager Software Capabilities: o MIDS ETR on MIDS Ethernet o MIDS 1553 virtual terminal and virtual host capabilities o MIDS Platform A terminal emulation mode routing raw Functional Input Message (FIM) and Functional Output Message (FOM) data No software maintenance or software engineering is required beyond Help Desk services, IA annual review, IA patch compilation-test- installation on removable hard drives, and removable hard drive distribution. Software repair and upgrades will be accomplished by separate contract. 1.5. Field level preventative and corrective maintenance will be accomplished by USAF personnel at the CONUS and OCONUS locations at which DRC is found. Depot support for this maintenance will be provided via the contractor's CONUS based Help Desk only. Field level preventative maintenance will include tasks such as inspection, cleaning, changing filters, lubrication, test, etc. Field level corrective maintenance will include troubleshooting / removal / replacement down to the Lowest Replaceable Unit (LRU) level (radio, computer, power supply, etc.). 1.6. CLS will be needed to troubleshoot hardware failures below the LRU level to the component level, maintain spares, ship equipment, and meet (at a minimum) the objectives and scope of tasks listed in Section 2. 1.7. The Government expects that each DRC Depot contractor/team shall perform to the full contract scope, to allow effective competition for individual orders. 2. Objectives and Scope The Government seeks to satisfy the following objectives for the DRC program. Under the direction of the Government Program Office, establish, maintain and provide depot level support for the DRC system as follows: 2.1. Objective: Provide Item-Spares management 2.1.1. Scope: Procure spares, perform quality assurance, and warehouse and inventory contractor held program materials. Update and maintain the Failure Reporting, Analysis and Corrective Action System (FRACAS) database. Conduct Reliability, Availability and Maintainability (RAM) analysis. Monitor stockage levels and recommend sparing quantities/allocations in accordance with RAM analysis and FRACAS. Provide RAM and FRACAS reports. 2.2. Objective: Provide Help Desk services 2.2.1. Scope: Provide a Help Desk capability 24/7/365. Remotely provide expert DRC maintainer coaching and maintenance troubleshooting down to the component level to ensure appropriate LRU replacement. Remotely provide expert DRC operator coaching and system's performance troubleshooting. Provide DRC users with expert guidance concerning DRC's interface with, and operation in, the Tactical Data Link (TDL) network. Gather, compile, and report Depot accomplished and maintainer reported repairs, as well as user issues, to the DRC program office. Gather and report Help Desk and Return Material Authorization (RMA) metrics. Conduct periodic reviews of the data to identify failure trends indicating a need to adjust spare stockage levels at the Depot and operational sites. Provide timely identification of material obsolescence requiring part/material substitution. Provide user and maintainer assistance via Help Desk assets to include guidance concerning maintenance, operation, and system interface and connectivity with the Tactical Data Network (TDN). 2.3. Objective: Troubleshooting, Servicing, Repairing DRC hardware 2.3.1. Scope: Troubleshoot DRC components down to the LRU at the Depot and process failed equipment for in-house or Original Equipment Manufacturer (OEM) repair/replacement. Assemble, operate and maintain a DRC test lab. Perform or arrange for inspection, test, service and Depot/vendor repair. Classify LRU failures as to the effected equipment's suitability for repair/rebuild, future use, or for reclamation/disposal. 2.4. Objective: Provide Information Assurance (IA) support 2.4.1. Scope: Perform antivirus updates, DRC log file reviews, service pack updates, password management, and IA document management as needed to retain DRC's Authority to Operate (ATO). Load and distribute services pack updates to the field via a Depot maintained rotary pool of removable hard drives. 2.5. Objective: Conduct Shipping 2.5.1. Scope: Ship and receive components, spares, materials (Unclassified, Confidential and Secret) between the Depot, OEM vendors, and operational units in accordance with (IAW) MIL-STD-2073-1D. Ensure all system equipment and support items are preserved, packaged, handled, and transported properly, considering environmental factors. Execute and monitor/track supply transactions for specific stock listed National Stock Name (NSN) items (requisition and turn-in) through the MILSTRIP process (DLM 4000.25-1, MILSTRIP, 13 June, 2012). 3. Information Requested The Government requests responding sources provide the following information: 3.1. Specific, recent capabilities and experience for performing electronic hardware Depot support as defined in Objectives and Scope (Section 2) as related to DRC's maintenance and operations. 3.2. Specific experience on similar or relevant contracts, including contract number, Government organization, period of performance, total and remaining ceiling value, and Government contact with email and phone number. 3.3. Open contract vehicles which would be appropriate for the work described in Section 2. 3.4. Preferred contract types and usual terms and conditions. 3.5. Specific comments related to the scope of the anticipated contract in relation to meeting the objectives. 3.6. Assessment of risks and mitigation strategies/plans anticipated for meeting the contract objectives and scope. 3.7. Potential concepts and ideas for efficient approaches to depot support as described in Section 2. 3.8. Specific approaches for implementing incentives and performance-based efforts, including performance-based logistics. 3.9. Approaches to achieving or supporting DoD/USAF small business goals. 3.10. Identify your firm as a non-profit organization, large business, small business, small disadvantaged business, women-owned business, veteran owned business, service disabled veteran owned business, Section 8(a) small business, or hubzone small business for the NAICS Code under which this Sources Sought is posted. 4. Response Submission 4.1. The Government requests that interested responsible potential sources submit an electronic response in MS Word or Adobe PDF format of not more than ten (10) single-sided pages, 8.5" x 11" paper, 12 point. All responses shall be UNCLASSIFIED. 4.2. Submit your response, including business size classification, via e-mail to walter.wysocki@us.af.mil. Include your company/firm name, address, CAGE code, point of contact, phone, and email address. 4.3. Any questions regarding the information included in the synopsis shall be submitted in writing to the Contracting Officer, Ms. Kelly Martineau, (781) 225-4106, kelly.martineau@us.af.mil or the Contract Specialist, Walter Wysocki, (781) 225-4109, walter.wysocki@us.af.mil. Questions and answers shall be posted on the FedBizOpps.gov website if applicable. 5. Disclaimer THIS SYNOPSIS IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE AIR FORCE TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. 5.1. In accordance with FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. The Government shall not pay for the information solicited or recognize any costs associated with the submission of responses. The purpose of the synopsis is to provide an opportunity for industry to enhance the success of any future procurement for these products. Any information obtained as a result of this synopsis is intended to be used by the Government on a non-attribution basis for program planning and acquisition strategy development. By submitting information in response to this synopsis, submitters consent to the release and dissemination of submitted information to any Government or non-Government entity to which the AFLCMC releases and disseminates the information for review. As such, to the extent that any information submitted in response to this synopsis is marked as, or construed to be proprietary or business-sensitive, submitters are hereby notified that: 5.1.1. Information submitted by respondents may be disclosed to MITRE Corporation and Air Force A&AS contractors. Submission of information in response to this synopsis constitutes consent to such handling and disclosure of submitted information. 5.1.2. This synopsis is being used to obtain information for planning purposes only and the Government does not intend to award a contract at this time. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. 6. Upcoming developments on this acquisition and related information will be available at http://fedbizopps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/HBDC-DRC-CLS-MAR14-01/listing.html)
- Place of Performance
- Address: AFLCMC/HBD, 5 Eglin St., Bldg 1624, Hanscom AFB, Massachusetts, 01731-2100, United States
- Zip Code: 01731-2100
- Zip Code: 01731-2100
- Record
- SN03326368-W 20140403/140401235411-b3070c23de0b122c2b61a23c1a6ac2db (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 |