SOLICITATION NOTICE
16 -- 2020 AFLCMC/WL Commercial Solutions Opening
- Notice Date
- 5/21/2020 9:49:09 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- FA8625 AFLCMC WLNK C130 WPAFB OH 45433-7222 USA
- ZIP Code
- 45433-7222
- Solicitation Number
- FA8625-20-S-2115
- Response Due
- 6/5/2020 1:00:00 PM
- Archive Date
- 06/20/2020
- Point of Contact
- Alan Ortega, Contracting Officer, Phone: 9376567017, Joaquin Perez, Contract Administrator, Phone: 9376567017
- E-Mail Address
-
alan.ortega.2@us.af.mil, joaquin.perez@us.af.mil
(alan.ortega.2@us.af.mil, joaquin.perez@us.af.mil)
- Description
- UPDATE�5/21/2020-A PDF document titled ""Questions and Answers"" has been uploaded answering several questions proposed by industry. This document will continously be updated as questions come in for the announcement UPDATE�5/12/2020-A PDF document titled ""Questions and Answers"" has been uploaded answering several questions proposed by industry. This document will continously be updated as questions come in for the announcement.� Executive Summary: AFLCMC/WL, Mobility and Training Aircraft Directorate (MATAC), is soliciting technical and price proposals on multiple efforts as outlined in Section I and Attachment 1-Statement of Objectives (SOO). A total of four awards are anticipated at an anticipated value of $150,000 each for a total of $600,000.� This announcement is open for full and open competition, to include small businesses.�Please review the attachments in their entirety�for instructions, terms, conditions, and other applicable information. Excerpt from CSO Full Announcement: ""�Program Description: AFLCMC/WL (MATAC) is soliciting technical and price proposals on any of the following research efforts: 1. Improve sustainment of new and mature MATAC aircraft (must include, but not limited to, C-130J) which must remain in service for the next 10 to 45 years. Some of these aircraft could be long past the original equipment manufacturer (OEM) design life or designed operating environment. Support such as, but not limited to, additive manufacturing for creating and fielding replacement parts, means to incorporate DevSecOps into system software fielding and maintenance, incorporating cybersecurity into real-time systems, tools for assessing the security of real-time systems in a cyber-contested environment, real-time system health monitoring for crew and maintenance use, etc. Note: DevSecOps is defined as �improvement of the lead time and frequency of delivery outcomes through enhanced engineering and DOD security practices; promoting a more cohesive collaboration between Development, Security, and Operations teams as they work towards continuous integration and delivery.� 2. Demonstration of software and/or cyber tools for modification and analysis of real-time embedded aircraft systems and subsystems (must include, but not limited to, C-130J). Many tools exist for non real-time, computer/IT systems for software installation, update, cyber-security analysis, etc., however: the tools to support development, modification and cyber security assessments of embedded, hardware dependent systems are needed. Desire static and dynamic tools that will support assessments of the software and hardware system. At a minimum, tools should ID the vulnerabilities, how they are manifested in the system, location within the code or hardware and implications to other connected systems. Dynamic tools should have a small enough footprint to minimize impacts during system execution. Tools should support the expedited resolution or isolation of system vulnerabilities directly or indirectly as well as support the development new or sustainment of existing embedded systems. 3. Demonstration of the use of technologies and sensors for utilization in such areas as predicting parts replacement, formation and monitoring of corrosion, or increasing the efficiency of maintaining an aging aircraft (must include, but not limited to, C-130J). 4. Demonstration of stronger, and more durable components for aircraft than are in use today; thereby increasing aircraft range and capability for global operations (must include, but not limited to, C-130J). 5. Demonstration of methods for adding new capabilities to existing aircraft without major modifications to the fuselage and empennage to include implementing open systems architecture and incremental improvement processes (must include, but not limited to, C-130J). 6. Demonstration of support equipment and/or tools for MATAC aircraft (must include, but not limited to, C-130J) by means of lighter and stronger components in order to reduce maintenance time, costs and deployment payloads. 7. Demonstrate methods and/or tools for the capture and maintenance of electronic and physical systems models needed to meet MATAC (must include, but not limited to, C-130J) Model-Based Systems Engineering requirements; to include but not be limited to Digital Thread/Digital Twin. Concurrency with long-term modification programs must be addressed. 8.� Provide technologies to allow single pass precision airdrop capability for C-130 aircraft (must include, but not limited to C-130J). 9. Provide methods, tools and processes to transition legacy aircraft sustainment and modernization efforts into a fully digital engineering and acquisition environment while ensuring system capabilities and operations are not negatively impacted (must include, but not limited to C-130J). Should include the ability to capture existing models, data and tools used for the maintenance and modernization of the Mobility and Training Aircraft fleets, Concurrency with long-term modification programs must be addressed. 10. Provide a hand held �plug-and-play� cyber-security scanning capability to rapidly assess integrity of all DoD aircraft Planform Information Technology (PIT) systems prior to new aircraft acceptance from manufacturer, prior to return from depot/field maintenance actions, or preflight/post mission inspections (must include, but not limited to C-130J) Note: Offerors do not need to address all subject areas, however can submit in regards to more than one.""
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/795ea93c96234721b943a65cca7e17e5/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05666692-F 20200523/200521230219 (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 |