Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2025 SAM #8445
SPECIAL NOTICE

16 -- TPS A-29C - Intent to Sole Source to Sierra Nevada Corporation

Notice Date
1/8/2025 12:01:55 PM
 
Notice Type
Justification
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
FA8637 AFLCMC WID ATTACK SYSTEMS WRIGHT PATTERSON AFB OH 45433-7148 USA
 
ZIP Code
45433-7148
 
Solicitation Number
FA863725RXXXX
 
Archive Date
01/23/2025
 
Point of Contact
Richard Goode, Phone: 3044442315
 
E-Mail Address
richard.goode.6@us.af.mil
(richard.goode.6@us.af.mil)
 
Award Number
TBD
 
Award Date
01/08/2025
 
Description
The Attack Systems Division within the ISR/SOF Directorate (AFLCMC/WID) intends to solicit a proposal and award a contract from one source, Sierra Nevada Corporation (SNC), for sustainment of three A-29C aircraft. To satisfy AFTC/TPS requirement to train USAF Test Pilots, AFMC and AFSOC entered into a Memorandum of Agreement to transfer possession of the aircraft and associated Government Furnished Material to AFTC's 412th TW at Edwards AFB, CA. This agreement precipitated a contract modification and extension of the current AFSOC contract, to move the aircraft from Davis Monthan AFB to Edwards AFB. It also prevented a break in sustainment, which would have led to aircraft degradation and additional cost to reconstitute to a flyable condition. SNC will provide CLS using Field Service Representatives (FSRs) to perform maintenance and provide supply chain support. CLS consists of contractor sustainment of a weapon system intended to cover the total life cycle of the weapon system. This includes multiple sustainment elements covering aircraft and engine overhaul, repair and replenishment of parts, sustaining engineering, and supply chain management. As part of CLS, SNC, at a minimum, will be required to provide the following: Technical Manual Contract Requirements (TMCR) through various updates and changes; support and maintenance of the Mission Planning and Mission Debrief systems; security management; Quality Assurance Surveillance Plan; Integrated Weapon System Software Product Specification; Spectrum and AIMS Certification; Transient Electromagnetic Pulse Emanation Standard (TEMPEST) Certification; SEEK EAGLE and non-Nuclear Munitions Certification; Aircraft Structural Integrity Program (ASIP) and Individual Aircraft Tracking (IAT) programs; Program Protection Implementation Plan (PPIP); Cyber Security Assessment and Implementation; Software/Firmware Assurance; System Safety Program Plan; Critical Safety Items; System Safety Hazard Assessments; Aircraft Information Plan for Flight Data and Cockpit Voice Recorders; Safety Assessment Report; Environmental Safety and Occupational Health hazard risk data tracking; Hazardous Material Management Program; Corrosion Prevention and Control; Diminishing Manufacturing Sources and Material Shortages; Configuration Management; Reliability and Maintainability Program; Contractor-Inventory Control Point (C-ICP) management, Financial Improvement and Audit Readiness (FIAR) reporting, Item Unique Identification (IUID) and spares cataloging; Minimum Equipment Subsystems List; and Supply Chain Risk Management It is anticipated that a formal solicitation will be released in 2Q FY25 and a contract will be awarded in the 2Q FY25. The effort will be awarded using other than full and open competition to the successful offeror under the authority of 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1 -Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Sierra Nevada Corporation (SNC) is the only firm that appears to possess the capability necessary to meet the requirement described above and within the Air Force's time frame without causing an unacceptable delay in meeting the needs of the warfighter. This NOCA neither constitutes a Request for Proposal (RFP) nor an Invitation for Bid (IFB), nor does it restrict the Government to any specific acquisition approach. This NOCA is for information and planning purposes only and is not to be construed as a commitment to a contract by the Government. Responsible or interested parties may contact the Contracting Point of Contact, Richard Goode, AFLCMC/WID at e-mail richard.goode.6@us.af.mil on or before 23 Jan 25, 11:59pm EST.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4223ca4851474e239f797fbb4f64139c/view)
 
Place of Performance
Address: CA 93524, USA
Zip Code: 93524
Country: USA
 
Record
SN07307830-F 20250110/250108230106 (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.