Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2020 SAM #6694
SOURCES SOUGHT

R -- Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) USAF Sustaining Engineering Services

Notice Date
3/26/2020 10:47:27 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8540 AFLCMC WNKE ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8540-20-R-0099
 
Response Due
4/16/2020 2:00:00 PM
 
Archive Date
05/01/2020
 
Point of Contact
Katie Tanner, Phone: 4782229813, Cheri Thetford, Phone: 4789261390
 
E-Mail Address
mary.semones@us.af.mil, cheri.thetford@us.af.mil
(mary.semones@us.af.mil, cheri.thetford@us.af.mil)
 
Description
LANTIRN NAVIGATION POD (NSN 5855-01-435-2772, P/N 717600000-279) CAUTION: The Government is conducting market research (Information and Planning Purposes only) to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements of engineering services for the sustainment of the AAQ-13 Navigation Pod, subassemblies, and Line Replaceable Units (LRU�s).� Sustainment consists of the evaluation and resolution of system maintenance deficiencies, resolution of parts obsolescence deficiencies, development of engineering change proposals, review of Government engineering change proposals, performance of sustainment studies, and technical services in support of the analysis and resolution of system supportability deficiencies for use by the United States Air Force. The Government does not own or have access to the data for these items. The Government has determined that this system is not a commercial item. No samples are available to evaluate. Contractor shall furnish all material, support equipment, tools, test equipment, and services. The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor�s facility. Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts. The current sole source contractor for this effort is Lockheed Martin Missiles and Fire Control (LM-MFC). Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to a contract for any supplies or services. Further, the USAF is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government (USG) will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP, if one is issued. If a solicitation is released, it will be synopsized on Beta SAM (https://beta.sam.gov/) website. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. The following clause applies to this Request For Information (RFI): Request for Information or Solicitation for Planning Purposes (Oct 1997) 52.215-3 -- Request for Information or Solicitation for Planning Purposes. (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: Information and Planning Purposes only. INSTRUCTIONS: The document(s) below contain a description of the LANTIRN Navigation Pod requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company�s capability. A DRAFT Performance Based Work Statement is attached for review. 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 submitted in writing to Cheri Thetford, cheri.thetford@us.af.mil, (478) 222-1390. Only written questions submitted prior to 10 April 2020, 1500 EST will be accepted. AFLCMC/WNYKA will consolidate all questions and will post the questions and answers to the Beta SAM website. Therefore, questions shall NOT contain proprietary or classified information.�� LANTIRN NAVIGATION POD (NSN 5855-01-435-2772, P/N 717600000-279) PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to provide engineering services for the sustainment of the AAQ-13 Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) system component listed below: ��������� NOUN�������������������������������������������������� NSN �������������������������������������� P/N LANTIRN Nav Pod��������������� ������������� 5855-01-435-2772����������������� 717600000-279 This requirement is for sustainment engineering services to include the evaluation and resolution of system maintenance deficiencies, resolution of parts obsolescence deficiencies, development of engineering change proposals, review of Government engineering change proposals, performance of sustainment studies, and technical services in support of the analysis and resolution of system supportability deficiencies.� Our sustainment support strategy is a five-year, Indefinite Delivery Indefinite Quantity (IDIQ) Requirements type contract (1 year basic plus four ordering periods), and will continue through FY25. The Government�s needs for sustainment engineering services are required in order to support aircraft navigation and terrain-following capabilities. The LANTIRN Navigation Pod provides 24-hour night and adverse weather low altitude visual navigation and automatic/manual terrain-following from 100 to 1000 feet capabilities. The LANTIRN Navigation Pod is a system for use on the Air Force�s premier fighter aircraft � the F-15E Strike Eagle. LANTIRN significantly increases the combat effectiveness of the F-15E, allowing it to fly at low-altitudes at night and under-the-weather. The LANTIRN Navigation Pod provides high-speed penetration and precision attack on tactical targets at night and in adverse weather. The navigation pod also contains a terrain-following radar and a fixed infrared sensor, which provides a visual cue and input to the aircraft's flight control system, enabling it to maintain a pre-selected altitude above the terrain and avoid obstacles. This sensor displays an infrared image of the terrain in front of the aircraft, to the pilot, on a head-up display. The navigation pod enables the pilot to fly along the general contour of the terrain at high speed, using mountains, valleys and the cover of darkness to avoid detection. The pod houses the first wide-field, forward-looking infrared navigation system for Air Force air-superiority fighters. CONTRACTOR CAPABILITY SURVEY LANTIRN Navigation Pod (AAQ-13, NSN 5885-01-435-2772, P/N 717600000-279) 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: 541330 ������ ������ Based on the above NAICS Code, 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) Central Contractor Registration (CCR).� ������ (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Email responses only (no facsimiles, hard-copy, or discs), must be received no later than 10 April 2020, 1500 EST. Please email your response to Cheri.thetford@us.af.mil�� Part II. Capability Survey Questions A. General Capability Questions Describe briefly the capabilities of your facility and nature of the goods and/or services you provide.� Include a description of your staff composition and management structure. 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 individual point of contact (Contracting Officer or Program Manager). Describe your company�s experience in repairing the Part Number/NSNs listed above that make up the LANTIRN Navigation Pod. Describe your company's capabilities for generating, handling, processing and storing classified material and data. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals.� Identify what software programs are utilized to generate these data products and what formats are available for delivered items. What is your company�s current maximum capacity per month for this particular type of requirement?� Provide information on any facility reserves you may possess to increase capacity in the event of an immediate need do to critical operational mission requirements. 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). B. Commerciality Questions: Is there established catalog or market prices for our requirement? 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? Is our requirement offered to both under similar terms and conditions?� Briefly describe any differences. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.��� � C. Engineering Services Questions (Engineering, advisory & assistance services, contractor logistic support, other services not listed) Describe your services capabilities and experience with regard to the requirements of this effort. Describe your capabilities and experience in developing/modifying procedures.� Include associated upgrade of technical orders and preparation of new technical orders. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items: a) Contract Number b) Procuring Agency c) Contract Value d) Services Provided 4. Describe your capabilities and experience in any required test, evaluation, and repair processes/procedures with regard to the required items. 5. Describe how your organization will identify and resolve parts obsolescence and diminishing manufacturing sources issues? 6. Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. 7. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer as required. 8. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c5deb96888634ffbb561bfe5a259d425/view)
 
Place of Performance
Address: McKinney, TX, USA
Country: USA
 
Record
SN05602024-F 20200328/200326230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.