Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 05, 2017 FBO #5553
SOURCES SOUGHT

17 -- B-1 Aircraft Ejector Bomb Rack Modification BRU-56 NSN: 109514120831MW - DRAFT SOW 2017FEB01

Notice Date
2/3/2017
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
B-1_BRU-56
 
Point of Contact
Stephen N. Palmer, Phone: 4057394469
 
E-Mail Address
stephen.palmer@us.af.mil
(stephen.palmer@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
B-1 Aircraft Ejector Bomb Rack B-1 Aircraft Ejector Bomb Rack Modification NSN: 1095014120831MW P/N: L6410301-081 25 January 2017 THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS)/Request for Information (RFI) Market Survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the qualification requirements of the B-1 BRU-56 Bomb Rack modification for use by the U.S. Air Force. While industry sources are requested to provide full and comprehensive responses to this questionnaire, they are reminded that all information is voluntary, and the Government will not reimburse sources in any way for responses provided. Likewise, a company's participation in the market research via this questionnaire does not obligate the Government to enter into any contractual agreement, either formally or informally, with a company. Below is a description of the B-1 BRU-56 Modification requirement and a Contractor Capability Survey, which allows you to provide your company's capability. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. As part of this Market Research, a draft Statement of Work (SOW) used in the procurement of this BRU-56 Modification is attached. Questions relative to this market research should be addressed to Stephen N. Palmer by phone at (405) 739-4469 or by email at stephen.palmer @us.af.mil. BRU-56 Modification Description The Air Force Global Strike Command (AFGSC) has tasked B-1/B-52 Bombers Division at Tinker Air Force Base, OK with the requirement to modify and upgrade its current BRU-56/A 30-inch Ejector Rack (P/N: L6410301-081) to be failsafe and to add the 14-inch lug spacing to increase overall effectiveness of the B-1 weapon system and to meet overall B-1 bomber mission requirements. The BRU-56 was originally designed to carry weapons with 30" lug spacing. Certain safety/functional issues have arisen over the years. Issues include the need for additional munitions capability and flexibility, operational reliability and effectiveness, and reduced total ownership cost (RTOC). In addition to modifying the internal linkage to be failsafe, the USAF requires the BRU-56 to also include the 14-inch lug spacing capability in order to obtain quicker sortie generation rates, lower maintenance times, increase reliability, and lower maintenance personnel requirements. The current BRU-56 ejector rack is not capable of deploying 14-inch lug spaced weapons which is limiting the weapon load-out capacity on the rotary launcher. The pyrotechnic ejector rack utilizes an impulse cartridge and the rack does not currently provide weapon pitch control during ejection This requirement will be fulfilled in two increments: EMD phase for development, testing and qualification and Production/Installation phase. A draft SOW covering EMD and Production is posted to the Federal Business Opportunities with this questionnaire. Interested sources are encouraged to review the specification and use it as they provide answers to the following questions. Please provide as much detail in your responses as possible. I. COMPANY INFORMATION 1. Company Name and CAGE Code: 2. Address (Including Telephone No. and E-Mail Address): 3. Points of Contact: 4. Size of business pursuant to North American Industry Classification System (NAICS) Code:336411 5. State whether your company is: Small Business (Yes / No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned Small Business (Yes / No) Service Disabled Small Business (Yes / No) Service Disabled Veteran Owned Small Business (Yes / No) 6. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership)? II. GENERAL COMPANY INFORMATION 1. Describe your company's primary business product line. 2. Describe your company's business regarding armament design, development, aircraft integration, software development and integration, production, and testing. 3. What kind of facility security clearance does your company maintain? 4. Can your company possess Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) controlled information? 5. Describe the processes you have in place that address cyber security (information assurance). 6. Please identify any industry certifications that your company presently holds in the areas of quality assurance and/or configuration management. 7. What are some of the typical requirements that your company tests to on its armament systems and bomb racks, such as MIL-STD-2088, MIL-STD-810 and MIL-STD-461? 8. Describe previous company experiences partnering with the B-1 Aircraft OEM (Boeing-OKC) on hardware and software development and integration, performing SEEK EAGLE testing and certification, and supporting flight test. 9. Describe your company's previous experience provisioning for USAF contracts, supporting cataloging actions, providing IUID information, projecting usage rates, and providing Interim Contractor Support (ICS). III. TECHNICAL CAPABILITIES 1. Does your company have experience with the following? a) Design, development, integration, and production of new or modified bomb rack units. Describe your company's experience with MIL-STD-2088. Please provide detailed information. b) Design, testing, and production of armament systems for bomber aircraft? If so, please provide detailed information. c) Design and development of support equipment related to bomb racks. d) Describe testing capabilities and facilities used during prior armament system development. e) Developing Specification, Interface Control Drawings, Product Drawings, and performing Configuration Control and Management. 2. Give us examples of past performance (Evidence of contracts with similar scope, Evidence of contracts with similar size and complexity, Evidence of contracts with similar geographic coverage, Evidence of customer service and timeliness of services, References and Quality). 3. Describe your experience partnering with the B-1 OEM (Boeing-OKC) on engineering development projects. How would you support software development and armament system integration? How would you support aircraft ground and flight test during the EMD phase? Does your company have an Associate Contract Agreement with Boeing-OKC? Is it active? 4. Does or did your company have any working involvement with the B-1 armament system or its Line Replaceable Units (LRUs), including interface requirements, stores management system, or suspension and release equipment? If so, please provide detailed information. 5. The Government anticipates a production decision will be made after the following conditions are met and before production units will be ordered: a) Successful ground and flight test program of new bomb rack. b) All certifications are approved. c) With this in mind, approximately how long would it take your company to accomplish these actions on the preproduction units? Approximately what would be the delivery time for the production units? Are you able to provide a Rough Order of Magnitude? 6. Does your company have experience successfully producing detailed operations and maintenance manuals, schematics, product drawing packages, training program development and management plans, test reports, software program documents, provisioning data, and other similar type documents for armament system development? If you answer affirmatively, please provide a brief description of the work. 7. Describe your company's experience manufacturing bomb racks and components. Does your company have any trusted foundry experience? IV. BUSINESS PRACTICES 1. If your solution proposes proprietary data, are you willing to sell all the proprietary data to the Government? 2. Describe your company's Earned Value Management capability. 3. Does your company have experience with long-term contracts or purchasing agreements with fixed prices, i.e. more than 7 years in duration? 4. Does your company provide for discounted prices based on the quantity of the items provided? 5. Does your company have any experience with Government technical manual requirements? Does your company accomplish this through your own workforce or would it be subcontracted? Please explain. 6. Does your company offer a standard warranty on your products? Does it cover parts, labor, and /or technical support? What is the standard time duration? 7. For this effort would your company need to subcontract any part of the work? Please provide a detailed response. Indicate whether the subcontractor will be a small or large business. 8. Provide comment on your company's capability to leverage common test capabilities to shorten the time to field the modified bomb rack, as well as to reduce cost and lead time. 9. Provide comment on opportunities for technical and/or cost tradeoffs in this program. What kind of tradeoff approach does your company recommend? 10. Provide comment on possible contract incentives your company thinks would encourage industry to deliver this program in an accelerated manner and/or at lower cost. V. INFORMATION ON DRAFT SPECIFICATIONS 1. Reference the draft SOW for BRU-56. a) Does your company consider that the information in each document is clear and concise regarding the duties and responsibilities that the Government expects the contractor to perform? If not, please identify the information that is needed or that requires additional detail and/or clarification. b) Did your company identify any areas in the specifications that presented excessive cost, schedule, or performance risks? If so, please provide detailed information and suggested mitigation. CONTRACT TYPE AND COMPETITION AFLCMC B-1 System Program Office (SPO)/WWKA is contemplating a Cost Plus Fixed Fee (CPFF) or Best Value EMD and FFP production/procurement (TBD by PCO) contract type. Projected Period of performance is 2-3 years EMD (Engineering, Manufacturing & Design) and test/qualification, followed by 3 years for kit production/procurement and deliveries to the main operating bases (Dyess and Ellsworth AFB). The projected quantities for the EMD phase will be twenty-seven units followed by a production size of approximately 1,028 units. The Air Force is also contemplating IAW FAR Part 6.1 Full and Open Competition unless Market Research otherwise determines and exclusion to FAR Part 6.1. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This is NOT a formal notice of solicitation. Telephone or facsimile inquiries and/or responses will not be accepted. POC will post all responses to Fed Biz Ops in order that all potential sources have the same information available to them. ATTACHMENTS Draft Performance Specification CONTRACTING OFFICE POC Name: Stephen N. Palmer Title: Contracting Officer Office: AFLCMC/WWK Phone #: (405) 739-4469 Email: stephen.palmer@us.af.mil All offerors have 30 days from the date of publication to Fed Biz Ops to respond to this Request for Information. "Notice to Offeror(s)/Supplier(s): Funds are not available for this effort. No award will be made under this Sources Sought/ RFI. The Government reserves the right to cancel this Sources Sought/ RFI, either before or after the closing date. In the event the Government cancels this Sources Sought/RFI, before or after the closing date the Government has no obligation to reimburse an offeror for any costs."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/B-1_BRU-56/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04390799-W 20170205/170203234457-fa7dc4b7aa330816ddce20ab8ec4f87c (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.