Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 08, 2020 SAM #6919
SPECIAL NOTICE

R -- RFI-RFI-E-3 AWACS Systems Analysis and Reporting Support (SAAR)

Notice Date
11/6/2020 8:36:49 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8102 AFLCMC HBK TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FA8102-21-RFI-SAAR
 
Response Due
11/23/2020 10:00:00 AM
 
Archive Date
12/08/2020
 
Point of Contact
Michael S. Payne, Phone: 405-622-7272 or 405-476-9018
 
E-Mail Address
michael.payne.5@us.af.mil
(michael.payne.5@us.af.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The Government is issuing this Request for Information (RFI) to industry for the identification of potential sources of supply/services to provide non-personal engineering and technical tasks/services support to the E-3 AWACS. This RFI is in support of market research being conducted by the United States Air Force (USAF) to identify capable potential sources.� The USAF, through the Air Force Life Cycle Management Center (AFLCMC) is conducting market research to identify potential business sources interested in providing non-personal engineering and technical tasks/services support of E-3 AWACS aircraft manufactured by The Boeing Company. The support will involve providing non-personal engineering and technical tasks/services that directly impacts the efficiency of aircraft operations, flight safety and mission performance capability for the United States Air Force (USAF) E-3 Airborne Warning and Control System (AWACS), which is a highly modified Boeing 707 commercial derivative airframe The support will require analyzing, categorizing, and reporting E-3 system/subsystem/support system engineering and technical recommendations. Analyzing deficiency reports, in-work modifications, configuration changes, and Diminishing Manufacturing Sources (DMS) susceptibility issues. The information in this notice is based on current information available to date.� This information is subject to change and is not binding to the Government. Industry responses to this RFI will be utilized pursuant to FAR Part 15 in support of Market Research to identify potential sources. The proposed North American Industry Classification System (NAICS) Code is 541330, which has a corresponding size standard of $38.5 Million for Military and Aerospace Equipment and Military Weapons.� The Government will use this information to determine the best acquisition strategy for this procurement.� The Government is interested in all businesses to include: Small Businesses, Small Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses. Prospective sources are also requested to identify if they are a certified approved source on the GSA OASIS contract. Each vendor responding to this RFI, must be able to demonstrate its capability to provide non-personal engineering and technical tasks/services to the E-3 AWACS platform. EXAMPLE CAPABILITIES STATEMENT: Companies interested in responding may submit a capability statement to include the following information and/or documentation that demonstrate technical capability in the 16 areas listed below. These areas are considered critical for achieving successful technical performance. Include in your company�s description/documentation (for each area below), whether your company has performed as a prime or as a subcontractor; and identify the projected personnel planned/proposed to work this project, have at least three years of recent experience. (CRITICAL) Describe your company�s experience in providing non-personal engineering and technical tasks/services support to the E-3 AWACS platform or similar 707-derivative heavy military aircraft. (CRITICAL) Describe your company�s knowledge and ability to gather, compile, and analyze data for sustaining engineering initiatives performed by the Government. (CRITICAL) Describe your company�s knowledge and ability to perform data queries which provide sufficient Reliability and Maintainability (R&M) and failure data to allow Government Engineers and Equipment Specialists to perform assigned tasks. (CRITICAL) Describe your company�s knowledge and ability to provide detailed analysis of the E-3 AWACS platform or similar 707-derivative heavy military aircraft database reports which include Health of the Weapons System (HOWS), Cost and Performance Analysis Report (CPA), Rank reports, Integrated Maintenance Data System (IMDS), Joint Deficiency Reporting System (JDRS), Reliability and Maintainability Information System (REMIS) reports and Airworthiness Directive notifications.� (CRITICAL) Describe your company�s knowledge and experience in performing REMIS, JDRS, and Service Letter technical analysis. (CRITICAL) Describe your company�s knowledge and ability to review, analyze, and submit Time Compliance Technical Order (TCTO) and Work Unit Code (WUC) master records into REMIS to support platform projects/programs. (CRITICAL) Describe your company�s knowledge and ability to provide detailed information (causal reports, corrective actions, DCMA findings, etc.) regarding platform material deficiencies that are reported to JDRS. (CRITICAL) Describe your company�s knowledge and experience in coordinating submittals, projects, and initiatives with other 707 aircraft users including E-8, E-6, and E-3 Foreign Military Sale (FMS) users to identify commonality, cost savings, and advocate joint ventures to capitalize on project savings for all users. (CRITICAL) Describe your company�s knowledge and ability to provide detailed analysis summaries of platform data systems database similar to the E-3 Product Improvement Working Group (PIWG), Corrosion Prevention Advisory Board (CPAB), Aging Aircraft, Radar User�s Group (RUG), System Safety Group (SSG), Maintenance Cross-Talk, and 707 Users Group meetings. (CRITICAL) Describe your company�s knowledge and ability to gather briefings from meeting speakers and compile into a format in compliance with a Government approved template. (CRITICAL) Describe your company�s knowledge and experience in posting material and making routine updates to a USAF air vehicle website hosted on the All Partners Access Network. (CRITICAL) Describe your company�s knowledge and experience in investigating a USAF air vehicle and its mission equipment groups for Diminishing Manufacturing Sources and Material Shortages (DMSMS) susceptibility issues to include suitable substitutes, recommendations for redesign, and suggested life-of-type buy quantities. (CRITICAL) Describe your company�s knowledge and ability to provide predictive forecast strategies, parts list screening to the Line Replaceable Unit (LRU) part level, parts list monitoring, matching of parts to the weapons systems� environment across the vendor chain, methodologies for tracking, reporting, and mitigating DMSMS cases to avoid costly solutions. (CRITICAL) Describe your company�s knowledge and ability to provide estimated costs for the recommended Diminishing Manufacturing Sources (DMS) resolution alternative. (CRITICAL) Describe your company�s experience and method(s) of analysis to assess whether a USAF air vehicle�s DMSMS issue will hinder system performance if not mitigated. (CRITICAL) List RELEVANT Government and/or commercial contracts that demonstrate the capabilities described in this RFI, with the following information: � � � � � a. Contract number and description of services. � � � � � b. Contracting officers' names, addresses, and telephone numbers. � � � � � c. Program managers', project leads', and/or technical leads' names, addresses, telephone numbers and lists of tasks performed for these personnel.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b9171a2be2a6434a9b6e8a077da0cb57/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN05848085-F 20201108/201106230143 (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.