SOURCES SOUGHT
J -- AC-130U Situational Awareness Systems Sustainment (SASS) Contractor Logistics Support (CLS) - SASS CLS RFI
- Notice Date
- 4/30/2018
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FD2060-19-30132
- Archive Date
- 5/30/2018
- Point of Contact
- Elijah Maurice, Phone: 478-926-2208, Lindsay O. Gooding, Phone: 478-926-7270
- E-Mail Address
-
Elijah.maurice@us.af.mil, lindsay.gooding@us.af.mil
(Elijah.maurice@us.af.mil, lindsay.gooding@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SASS CLS RFI AC-130U Situational Awareness Systems Sustainment (SASS) Contractor Logistics Support (CLS) CAUTION: This market survey is being conducted to identify potential sources that may possess the expertise, capabilities and experience to meet the requirements for qualification in the sustainment of the Situational Awareness System (SAS) components installed on the AC-130U. The level of security clearance and mission essential decision is known and set. This Request for Information (RFI) is for planning purposes only; this is not a request for Quotations or Proposals. No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparations expenses nor does the Government intend to pay for the information submitted in this response. The interested parties are responsible for adequately marking proprietary or completion sensitive information contained in their response. 52.215-3 -- Request for Information or Solicitation for Planning Purposes. As prescribed in 15.209(c), insert the following provision: Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of market research in an attempt to overcome barriers to competition. (End of Provision) NOTE: The Government anticipates a sole source environment for this effort to BAE Systems. The SASS CLS support is a military unique requirement that supports on the AC-130U Gunship aircraft. Without serviceable SAS components, the AC-130U would be Non-Mission Capable (NMC). Award to any other source would result in substantial duplication of cost and effort to the Government that is not expected to be recovered through competition. This effort does not allow time for a new contractor to become an established CICP which requires eighteen (18) months to become fully qualified and certified as a GOLD CICP participant, not including the steep learning curve that a new vendor would endure. This follow on contract would be nearing the half way point of the contract PoP before the new CICP would be able to fully support. Also, the AC-130U aircraft will be retiring during the PoP of this contract, and the CICP will have an extensive role as the assets are removed from the aircraft and turned in to the Air Force supply system. INSTRUCTIONS: 1. The document(s) below contain a description of the AC-130U SASS CLS requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company's capability to the Government. A draft of the Performance Based Work Statement (PWS) is attached. The PWS provides further explanation of the AC-130U SASS CLS requirement. 2. 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. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Questions relative to this market survey should be addressed to: PCO: Lindsay Gooding, AFLCMC/WIUKA Phone: (478) 926-7270 Email: lindsay.gooding@us.af.mil Contract Specialist: Elijah Maurice, AFLCMC/WIUKA Phone: (478) 926-2478 Email: elijah.maurice@us.af.mil AC-130U Situational Awareness Systems Sustainment (SASS) Contractor Logistics Support (CLS) PURPOSE/DESCRIPTION The Air Force Life Cycle Management Center (AFLCMC) Special Operations Forces/Personnel Recovery (SOF/PR) Division, Robins AFB, GA is conducting a market survey to identify potential sources capable of providing Contractor Logistics Support (CLS) to include Contractor Source of Repair (SOR) as Intermediate Level/Depot Level maintenance (troubleshooting, repair and testing) within the System Integration Laboratory (SIL), Contractor Inventory Control Point (CICP) Management, Supply Support Planning, Supply Management, Program Management, Engineering/Technical Support and Data Sharing of the integrated Situational Awareness System (SAS) components installed on the AC-130U. Our CLS services strategy is a three (3) year contract (basic plus two (2) option years) and will continue through Mar 2022. The following shall be required: • Program Integration, Engineering Support and Management • Maintain/provide Engineering and Technical Expertise on the SASS hardware/software • Provide Engineering/Technical and Training Support to HQ AFSOC as required • Provide Material Management tasks for SASS components using CLS tenets In Accordance With (IAW) Air Force Instruction (AFI) 63-111. Responsibilities include monitoring of retail and wholesale stock levels, identification of requirements, Purchase Order processing and operation/management of inventories, distribution and administration of CLS material requirements • Operating a CICP for SASS components: Item Management (using GOLD Logistics Software-interface with Air Force Supply System), Repair Management, Replacement Buys, Obsolescence, Cataloging, Warranty Management, Spares and Repair Forecast, Inventory Control Point (ICP) warehousing, Packaging, Handling, Shipping and Transportation (PHS&T), failure tracking, Data Management and distribution decisions • Provide limited Contractor SOR for Intermediate Level/Depot Level repair of components • Provide oversight, processing and tracking of all Original Equipment Manufacturer (OEM) returns for troubleshooting, evaluation and repair • Replenish unique consumable piece parts and line replaceable units • Ensure all required personnel obtain security clearances at a minimum of the SECRET Level • Ensure the SIL is maintained in a secure area that meets the requirements for safeguarding SECRET Level hardware, software and/or data. • Ensure the Contractors facility and/or SIL location and required personnel comply with CLASSIFIED security regulations IAW National Industrial Security Program Operating Manual (NISPOM) DoD 5200.22-M • Ensure the use of secure communications methods and/or equipment to transmit or otherwise transfer classified information and/or Controlled Unclassified Information (CUI) in accordance with Communication Security (COMSEC) requirements. • Provide support in the event of a crisis, as the services of this requirement are Mission Essential. Below are the Line Replaceable Units (LRUs) that will be managed under this contract. NSN NOUN 5836-01-537-4636 Video Splitter 5836-01-537-5406 BDA Recorder 7025-01-537-3394 Disk Drive, BDA 5836-01-541-9000 Video Splitter 5836-01-541-9004 VGA Video Splitter 5836-01-561-7545 EWO VGA Splitter 7025-01-541-7464 Keyboard, Trackball 7025-01-618-0876 Server, File 5820-01-544-9399 TVDL Transmitter 5836-01-541-9003 Video Splitter Switch 5895-01-544-8558 ROVER Receiver 5895-01-579-8415 CIBU 5895-01-586-1855 DLP 6130-01-537-8126 Transient Suppressor 7025-01-537-2516 Display Unit The operating location of the CLS facility must be located within a 30 mile radius of Hurlburt Field, FL due to weekly interface requirements required to support HQ AFSOC A4, HQ AFSOC A6/CSF, the 4th Special Operations Squadron (SOS) and Special Communications offices that are located on Hurlburt Field, FL The Government entities require quick response times from the contractor and quick access to the SIL for troubleshooting/testing SAS components hardware and/or software problems and upgrades. Evolving software requires constant troubleshooting and testing. CONTRACTOR CAPABILITY SURVEY Situational Awareness Systems Sustainment (SASS) Contractor Logistics Support (CLS) Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: 334111 - Electronic Computer Manufacturing 334118 - Computer Terminal and Other Computer Peripheral Equipment Manufacturing 334511 - Search, Detection, Navigation Guidance, Aeronautical and Nautical System and Instrument Manufacturing 334614 - Software and Other Prerecorded Compact Disc, Tape and Record Reproducing 541511 - Custom Computer Programming Services 336411 - Aircraft Manufacturing Based on the above NAICS Codes, 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 Veteran Small Business (Yes / No) • System for Award Management (SAM) (Yes / No) • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Responses must be received no later than close of business 15 May 2018. Responses may be hard copy or electronic. Please email your response to: lindsay.gooding@us.af.mil, elijah.maurice@us.af.mil IF you are mailing a hard copy of your response, mailing address is below: AFLCMC/WIUKA Attn: Lindsay Gooding 235 Byron St., STE 19A Robins AFB GA 31098-1600 Questions relative to this market survey should be addressed to: PCO: Lindsay Gooding, AFLCMC/WIUKA Phone: (478) 926-7270 Email: lindsay.gooding@us.af.mil Contract Specialist: Elijah Maurice, AFLCMC/WIUKA Phone: (478) 926-2478 Email: elijah.maurice@us.af.mil Part II. Capability Survey Questions A. General Capability Questions: 1. Describe briefly the capabilities of your facility to provide a secured area that meets the requirements for safeguarding SECRET Level hardware, software and/or data. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and Government point of contact (Contracting Officer or Program Manager). 3. Describe your company's experience in repairing/managing the Line Replaceable Units (LRUs)/National Stock Number (NSNs) listed above. 4. Describe your company's capabilities for generating, handling, processing and storing classified material and data IAW NISPOM DoD 5200.22-M. 5. Describe your company's past experience of providing Contractor Inventory Control Point (CICP) support for the Department of Defense. 6. Describe your company's past experience with GOLD Logistical System. Include all past experiences with access to Government supply systems. 7. What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.). a. Provide a detailed quality plan implementing AS9100 (or equivalent). 8. Describe any agreements you have with the OEMs for the use of technical data or certifications as a qualified repair source for limited repairs B. Repair Questions: 1. Describe your capabilities and experience in repairing existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment. 2. Describe your capabilities and experience in developing/modifying repair or maintenance procedures. 3. Demonstrate your ability and experience in repair of the Line Replaceable Units (LRUs)/National Stock Number (NSNs) listed above which are currently in use on military aircraft by providing the following information on the same or similar items: a) Contract Number b) Procuring Agency c) Contract Value d) Number of assets shipped 4. Describe your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the depot level repair and functional check of the Line Replaceable Units (LRUs)/National Stock Number (NSNs) listed above. 5. Describe your capabilities and experience in test, evaluation, repair or maintenance procedures. 6. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? 7. Describe your process for maintaining inventory records and reporting on hand/work-in-process balances and repair status to your customer. C. Commerciality Questions: 1. Is there established catalog or market prices for our requirement? 2. If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? 3. Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 4. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FD2060-19-30132/listing.html)
- Place of Performance
- Address: The operating location of the CLS facility must be located within a 30 mile radius of Hurlburt Field, FL.., United States
- Record
- SN04905556-W 20180502/180430230950-09cf0e7dc4e26ef55f41ec187476f5e0 (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 |