Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 23, 2020 SAM #6750
SOURCES SOUGHT

R -- Advanced Targeting Pod Display Upgrade

Notice Date
5/21/2020 5:41:30 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8107 AFLCMC WWK TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FA8107-20-R-0020
 
Response Due
6/26/2020 2:00:00 PM
 
Archive Date
07/11/2020
 
Point of Contact
James Onkst, Phone: 405-739-4185, Shelby Mancello, Phone: 405-734-5279
 
E-Mail Address
james.onkst@us.af.mil, shelby.mancello@us.af.mil
(james.onkst@us.af.mil, shelby.mancello@us.af.mil)
 
Small Business Set-Aside
SBP Partial Small Business Set-Aside (FAR 19.5)
 
Description
Request for Information Advanced Targeting Pod Display Upgrade Engineering Material Development Integration B-52 SPO Tinker Air Force Base Oklahoma City Air Logistics Center THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. A Request For Proposal (RFP) is estimated for 2QFY21. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. ""Notice to Offeror(s)/Supplier(s): Funds are not available for this effort. No award will be made under this Sources Sought Synopsis (SSS)/ Request for Information (RFI) Market Survey. The Government reserves the right to cancel this SSS/RFI, either before or after the closing date. In the event the Government cancels this SSS/RFI, before or after the closing date, the Government has no obligation to reimburse an Offeror for any costs."" 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 for the integration of a new B-52 Advanced Targeting Pod (ATP) Display and Stand Alone Processor onto the B-52H aircraft for use by the U.S. Air Force (USAF). While industry sources are requested to provide full and comprehensive responses to the Contractor Capability Survey, 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-52 ATP Display Upgrade Program requirement and a Contractor Capability Survey. This survey provides the Government the opportunity to review your company�s capability to integrate and qualify the B-52 ATP Display Upgrade Program. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capabilities in meeting these requirements. 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.) Identify any areas of work that your organization believes should be broken out exclusively for Small Business. Both large and small businesses are encouraged to participate in this Market Research.� Joint ventures or teaming arrangements are encouraged. Questions relative to this market research should be addressed to James Onkst, B-52 Contracting Officer, by email at james.onkst@us.af.mil. Questions relative to this market research should be addressed to the Contracting Officer via email at the addresses listed below, no later than 4:00 PM Central Daylight Savings Time, June 08, 2020. Final written responses must be received no later than 4:00 PM Central Daylight Savings Time, June 26, 2020.� All responses and/or questions to this Request for Information (RFI) must be emailed to: James Onkst, B-52 Contracting Officer, by email at james.onkst@us.af.mil. B-52 ATP Display Upgrade Program Description: The ATP systems (AN/AAQ-28 LITENING or AN/AAQ-33A SNIPER) provide target acquisition, tracking, and laser designation for day or night beyond-visual-range precision strike capability.� The ATP system consists of a pod, a modified ALE-25 pylon (a.k.a. Laser Pod Pylon), modified aircraft Interface Unit Software (IUS), aircraft control, and a display.� The display provides an interface with the targeting pods and other aircraft systems utilizing MIL-STD-1553, RS-170 video and RS-422 communications ports. The ATP Display Upgrade Program, as integrated into the B-52 System, will include the integration and installation of the following components: A replacement display that fits in the existing cavity A Stand-Alone Processor with re-hosted video and communication input processing 10GigE cabling from ATP Stand-Alone Processor to RH559 Station Video and communication cabling from the Stand-Alone Processor to Display Upgrade cabling in Modified ALE-25 pylons Laser Arm Switch Panel B-52 EMD Integrator Work Scope: Display and Stand-Alone Processor LRUs will be selected and software will be re-hosted in the Technology Manufacturing Risk Reduction phase. The EMD Integrator contractor will be required to integrate the new ATP Display and ATP Stand-Alone Processor into the existing aircraft infrastructure; capturing the digital video and communications signals from the advanced targeting pods. In addition to integrating the ATP Display functional capabilities on the B-52, this effort requires systems engineering plans that will meet standard airworthiness compliance. The EMD integrator shall perform the following tasks: Procure the COTS Display and Stand-Alone Processor Line Replaceable Units (LRU) Environmentally qualify LRUs to B-52 Standards (where greater than MIL-STD-810) Development of detailed requirements to be tracked in DOORS Program Management/System Engineering/Risk Management Earned Value Management System Reporting Work with program stakeholder contractors as directed Support formal Air Force Airworthiness Certification Support formal Air Force Cyber Security Authorization Selection of subcontractors and subsystem components, as necessary Size, Weight and Power (SWaP) analysis Produce aircraft installation drawings Build the aircraft installation kits Perform test aircraft kit installation Produce Preliminary and Final Technical Orders and Flight Manual updates Support verification and validation Upgrade the B-52 Targeting and Designation Power and Continuity Test Aid P/N 200540212-10 and associated Technical Orders to meeting aircraft modification updates Produce System Engineering Documents Aircraft Ground/Flight Test Plans System Engineering Management Plan Airworthiness Documentation Support system level program reviews SRR PDR CDR TRR Conduct and analyze data from Aircraft Ground/Flight Testing 3 weeks of ground testing to include 2 Safety of Flight EMICs for both pods 8 flights at 6 hours each including Target Location Error (TLE) with one back up flight The EMD Integrator shall: Maintain a parts control program to locate sources for obsolete parts, replace obsolete parts, and use qualified parts whenever possible. Have the ability to obtain and maintain Non-Disclosure Agreements with contractors as directed to include Boeing, Northrop Grumman and Lockheed Martin Possess and follow documented systems engineering processes for generating and incorporating engineering change proposals (ECPs), Notice of Revisions (NORs), Engineering Change Orders (ECOs) and Engineering Orders (EOs).� Have the engineering capability to identify and evaluate impacts to Technical Data Package (TDP) software resulting from proposed ECPs.� Will be required to correct any errors found in the Technical Data Package (TDP), and to replace obsolete parts through the ECP process. � Develop and execute Environmental Stress Screening (ESS) of the B-52 ATP Display Upgrade Program to meet requirements identified per MIL-STD-810G and as supplemented by the B-52 Modification Planning Guide.� Develop and execute Electromagnetic Interference/Compatibility (EMI/EMC) tests to ensure compliance� of the B-52 ATP Display Upgrade Program to meet requirements identified per MIL-STD-461 and as supplemented by the B-52 Modification Planning Guide as applicable. Have sufficient engineering and reverse engineering capability to develop and execute Acceptance Test Procedures (ATPs) for the B-52 ATP Display Upgrade Program.� Procure, develop and/or fabricate test equipment and test software as needed to support their Environmental Stress Screening and EMI/EMC procedures and ATPs. Have a quality program that meets Higher Level Contract Quality Requirements (FAR 52.246-11, ISO 9001:2000, AS 9100/9110, NATO AQAP 2070 (or equivalent) as identified on AF Form 807. Manufacture, test, and ship using facilities cleared by Defense Investigative Services (DIS) to receive and generate classified information and hardware through the Secret Level.� Facility clearances will be accomplished in accordance with DODD 5220.22R, Industrial Security Regulation 205-4.� All requirements outlined in this document are consistent with the B-52 operational environment and mechanical envelope constraints. Although many listed requirements are mandatory, some may be tailored to meet currently fielded technology specifications.� A review of submitted industry proposed equipment will be conducted by Government engineering authority to determine B-52 suitability of technology and any allowable deviation from stated requirements. Part I. Business Information Respondents should provide a general background on their experience as an integrator on the B-52H airframe. Interested sources are encouraged to provide answers to the following questions. Please provide as much detail in your response as possible. 1. Company Name: 2. CAGE Code: 3. Address (Including Telephone No. and E-Mail Address): 4. Points of Contact: 5. Size of business pursuant to North American Industry Classification System (NAICS) Code 334511? 6. Based on the above NAICS Code, state whether your company is: Small Business (Yes/No) Woman Owned (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) 7. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership)? Has your company ever provided a similar item to any branch of the Federal Government? If so, please provide the following: What weapon system? (i.e. � B-1B, A-10, T-38, etc.) When? Contract number Part II. General Company Information 1. Describe your company�s primary business product/service line. 2. What kind of facility security clearance does your company maintain? Describe highest level of processing capability. Individual personnel clearances. Be able to provide Department of Defense Instruction (DODI) 8570 certifications for Information System Security Manager (ISSM). At a minimum, must have Information Assurance Manager (IAM) level II. Be able to provide Defense Security Service (DSS) accreditation. 3. Is your company compliant with Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) controlled information? If so, please provide detailed information. 4. Describe your quality assurance system program and is it compliant with requirements of ANSI/ASQ Q9001 (American National Standard, Quality Management Systems - Requirements) and SAE AS9100 (Quality System � Aerospace � Model for Quality Assurance in Design, Development, Production, Installation, and Servicing). 5. Does your company have experience with generating, storing, and submitting all unclassified Contract Data Requirements List (CDRL) and Data Accession List (DAL) items to document contractual tasks? 6. What are some of the typical requirements that your company tests to on its avionics systems? 7. Describe your company�s previous experience provisioning for USAF contracts, providing Item Unique Identification (IUID) information, projecting usage rates, and providing Interim Contractor Support (ICS). Part III. Technical Capabilities This RFI is for the INTEGRATION effort of the B-52 ATP Display Upgrade Program. Responses should reflect the prospective company�s ability to integrate the B-52 ATP Display Upgrade solution onto the existing B-52H platform.* 1. Provide detailed description of your company�s experience with the following: Testing, integration, qualification, and documentation of Advanced Targeting Pod systems, aircraft displays and aircraft processors. Testing capabilities and facilities used for Advanced Targeting Pod systems, aircraft displays and aircraft processor integration Developing requirements and specifications for Advanced Targeting Pod systems, aircraft displays and aircraft processor Developing requirements and specifications for aircraft equipment Integration of new and existing hardware/software with B-52H systems Interface Control Drawings (ICD) and Product Drawings Performing Configuration Control and Management for Advanced Targeting Pod systems, aircraft displays and aircraft processor software and hardware Development and installation of Systems Integration Laboratory (SIL) enhancements Describe your company�s experience with environmental testing (MIL-STD-810G) Electro Magnetic Interface Compatibility (EMIC) (MIL-STD-461G) Modified Airworthiness Certification Criteria (MACC) (MIL-HDBK-516C) System Safety Hazard Analysis Report Safety Assessment Report (MIL-STD-882E, Task 301) Operating and Support Hazard Analysis (O&SHA) (MIL-STD-882E, Task 206) Health Hazard Analysis (MIL-STD-882E, Task 207) Advanced Targeting Pod systems architecture B-52 environment within different aircraft areas, to include cooling capability B-52 operational envelope so the source can identify whether additional EMI or environmental qualification testing is required to fully qualify the terminal and ancillary equipment for the B-52 environment� Engineering drawing and configuration management Development of U.S. Air Force or other U.S. Military Technical Order Development Flight Safety analysis Reliability and Maintainability engineering/analysis Ground and flight test support for B-52 modification integration Air Force Airworthiness Certification process Familiarity with DoD Risk Management Framework/Cyber Security Program Management Aircraft Maintenance and Operator Training Logistics supportability analysis Supply Chain Risk Management Support formal Air Force Cyber Security Authorization Maintenance and Operator Training Systems Engineering Aircraft electrical system design, fabrication, installation, and testing Size, Weight, and Power (SWAP) analysis Designing and documenting system installation Modification, Installation, and checkout services Production management and deliveries Selection of subcontractors and subsystem components 2. Provide 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-52 Original Equipment Manufacturer (OEM) on engineering development projects. How would you support Advanced Targeting Pod systems integration? How would you support aircraft ground and flight-test during the EMD phase? 4. Does or did your company have any working involvement with the B-52, including interface requirements, avionics flight system, or ancillary equipment? If so, please provide detailed information. 5. What experience does your company have with developing and writing technical publications, technical orders and technical drawings? Include experience with, and development of aircraft modification technical data package. 6. Does your company have experience 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 avionics system development? If you answer affirmatively, please provide a detailed description of the work. 7. Describe your company�s experience with integrating Advanced Targeting Pod systems/software and components. Part IV. Cyber Security Questions 1. Describe the processes you have in place that address cyber security (information assurance). 2. What development environment have you used in the past for development of software and testing? a. Describe type of security tools utilized within the development environment (i.e. Static analysis tools, etc.) b. What are your external connections to development environment? Please provide detailed information. 3. Does your company have experience in developing software in a secure coding environment accredited by either Defense Security Services (DSS) or the USAF and provide requested artifacts for verification? If so, please provide detailed information. 4. Does your company have experience with Air Force Instruction (AFI) 17-101 Risk Management Framework (RMF) for Air Force Information Technology (AFIT)? If so, please provide detailed information. 5. Will your company have the ability to provide artifacts to B-52 Information System Security Manager (ISSM), including test results for penetration testing/fuzzing the system and documents identifying software versions/descriptions? If so, please provide detailed information. Part V. Business Practices 1. If your solution proposes proprietary data, are you willing to sell all the proprietary data to the Government? 2. What data rights will be granted to the government for any software and hardware products/documentation you produce? 3. Describe your company�s Earned Value Management (EVM) capability. 4. Does your company have experience with long-term contracts or purchasing agreements? If so, what is your longest long-term contract? 5. Does your company provide for discounted prices based on the quantity of the items provided? 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? If so, 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 production time in fielding the B-52 ATP Display Upgrade effort, 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. Prt? What is the standard time duration? 7. For this effort would your comencourage industry to deliver this program in an accelerated manner and/or at lower cost. 11. Describe your capabilities and experience in managing software development projects, including subcontractor involvement. Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis and cost management. 12. Describe company�s process in identifying Diminishing Manufacturer Sources (DMS) parts and services. 13. Describe company�s experience in creating, maintaining, and managing an Integrated Master Schedule (IMS). Part VI. Information on Draft Work Scope 1. Please identify any comments or questions for any information that is needed or that requires additional detail and/or clarification. 2. 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. Part VII. Contract Type and Competition AFLCMC B-52 System Program Office (SPO)/WWDP is considering a Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF) or Best Value EMD and Firm Fixed Price (FFP) production/procurement contract types. The Air Force is also contemplating, IAW FAR Part 6.1, Full and Open Competition unless Market Research otherwise determines an exclusion to FAR Part 6.1. Please provide feedback in regards to contract type preference, justification, and period of performance. The B-52 Program Office requests a no cost rough order of magnitude (ROM) to be included in your written response so the Air Force can determine the size of the contemplated effort.� The ROM should be split into the various tasks described in the work scope to the maximum extent possible for comparison purposes. 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. Written responses, no facsimiles or e-mails. Please mail two (2) copies of your responses of Section I through VI above to: CONTRACTING OFFICE POC Name: James Onkst Title: Contracting Officer, B-1?B-52 Contracting Section Address: AFLCMC/WWK 3001 Staff Dr., Suite 2AG76A Tinker AFB OK 73145-3015 Phone #: (405) 739-4185 Email: james.onkst@us.af.mil All responders have 30 days from the date of publication 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 Synopsis (SSS)/ Request for Information (RFI) Market Survey. The Government reserves the right to cancel this SSS/RFI, either before or after the closing date. In the event the Government cancels this SSS/RFI, before or after the closing date, the Government has no obligation to reimburse an Offeror for any costs.""
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6a367081f9a44dd2989e3bf7a12c2527/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN05668372-F 20200523/200521230231 (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.