SOURCES SOUGHT
99 -- Taiwan Avionics Modernization Program (AMP) I and AMP II Modification
- Notice Date
- 3/24/2025 5:19:37 AM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- FA8553 AFLCMC WLNKB ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA8553-25-C130JAMPII_MOD
- Response Due
- 5/5/2025 2:00:00 PM
- Archive Date
- 05/20/2025
- Point of Contact
- Adrienne Taylor, Brandon Preston
- E-Mail Address
-
adrienne.taylor.3@us.af.mil, brandon.preston.4@us.af.mil
(adrienne.taylor.3@us.af.mil, brandon.preston.4@us.af.mil)
- Description
- Request For Information (RFI) 20 March 2025 C-130H Foreign Military Sales (FMS) Taiwan Avionics Modernization Program (AMP) I and AMP II Modification CAUTION: No-Cost Request for Information (RFI) for Pricing and Availability (P&A) for modification/installation of Avionics Modernization Program (AMP) I and AMP II modification based on the USAF designs utilizing Collins Flight2 integrated avionics system for 18 C-130H aircraft owned by the Taiwan Air Force. This request is made under FAR provision 52.215-3 - Request for Information for Planning Purposes. In accordance with FAR 52.215-3: (a) The Government does not intend to award a contract on the basis of this market research or 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� may be used in this Request For Information, your response will be treated as information only. It shall not be used as proposal. (c) The RFI is issued for the purpose of market research. INSTRUCTIONS: 1. Interested vendors will be required to sign a non-disclosure agreement (NDA) in order receive additional information to develop the response to the RFI. Vendors must return NDA within five (5) workdays from their initial response. 2. The RFI includes the design and trial kit installations for the AMP I and II upgrades utilizing the Collins Flight2 integrated avionics system based on the USAF AMP I & II designs. a. The prime vendor will be responsible for all preliminary/critical design, development (to include software), integration, testing and subsequent actions. The prime contractor is responsible for developing and submitting all airworthiness documents necessary ensuring the design meets USAF airworthiness standards IAW MIL-HDBK-516C. The contractor shall seek all necessary certifications required with the implementation of the design. The contractor will develop/integrate country specific technical orders for all flight and maintenance manuals, provide aircrew and aircraft maintenance training and recommend a post modification sustainment plan. NOTE: Response shall list and include necessary data rights to perform all services. b. The USAF will review and approve all designs. The first two (2) aircraft will undergo modification/upgrade at a CONUS location. The remaining eighteen (18) are to be modified in Taiwan. Additionally, the prime vendor is responsible for establishing a partnership with a contractor in Taiwan with the necessary qualifications to perform the upgrade/modification. 3. RFI is to include estimates for: a. Two (2) aircraft to be modified/upgraded in the CONUS to include quotes for: Labor with separate categories for non-recurring engineering, kit development and installation, ground testing and flight testing, material, technical data development/integration, software development/modification integration & testing, flight test support and all airworthiness documentation required IAW MIL-HDBK-516C b. Eighteen (18) aircraft to be modified/upgraded in Taiwan with quotes for: Labor (to include travel), materials, material transportation, aircrew training, and maintenance training. 4. This RFI is for market research purposes only and is not binding direction from the USG. No action is authorized without further Contracting Officer direction. 5. Funds are not presently available for this effort. The Government reserves the right to cancel this request, at any time. In the event the Government cancels this Request RFI and P&A, the Government has no obligation to reimburse offeror(s) for any costs incurred in the development of this RFI and P&A. 6. Please address any contractual questions to adrienne.taylor.3@us.af.mil For technical or programmatic questions to Brandon Preston, brandon.preston.4@us.af.mil. GOVERNMENT RESPONSE FORMAT � Taiwan Avionics Modernizations Program Part I: Contractor Questionnaire (Format note: This part is requested in searchable PDF Format) The Government will treat your questionnaire responses as proprietary data that will not be shared with any individuals other than those with signed Non-Disclosure Agreements (NDA) in an Advisory and Assistance Service role with the Government. A. Business Information 1. Company/Institute Name: 2. CAGE Code: 3. Company Point of Contact: a. Name: b. Telephone number: c. Email address: 4. Physical Address: 5. Size of business pursuant to North American Industry Classification System (NAICS) Code: 336411 Response must be received no later than close of business May 5, 2025. B. Capability Survey Questions 1. Are you anticipating a teaming arrangement with other contractors? If so, do you have a preliminary concept of the delineation of work that will be accomplished by the prime and the work accomplished by the teaming partners? C. General Capability Questions 1. Briefly describe the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's experience on military transport aircraft projects similar in complexity to this requirement. Include a brief description of the work performed, period of performance, agency/organization supported. 3. Describe your company's capabilities and experience in generating technical data, and Electronic Technical Manuals (ETMs). Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 4. If a company is capable of meeting some, but not all the requirements stated in this Sources Sought, please provide a response that explains the requirements that you are capable of meeting. D. Commerciality Question: Identify any requirements in this Sources Sought you consider to be commercial (see FAR Part 2 definitions). Please, provide supporting rationale (based on the FAR Part 2 definition). Part II: Technical Solution (Format note: This part is requested in searchable PDF format.) This part shall not include any cost data. If any cost data is included in Part II, the Sources Sought response will not be reviewed for Government use. This part will be provided to the Partner Nation for their evaluation. The Government will treat your technical solution responses as proprietary data that will not be shared with any individuals other than the Partner Nation and those with signed Non-Disclosure Agreements (NDA) in an Advisory and Assistance Service role with the Government. Provide your company�s approach to address all requirements in this Sources Sought. In your response, address the following considerations and questions as they relate to this Tiwan Avionics Modernizations Program and your approach. A. Topics for consideration in response 1. Provide a brief description of the anticipated development activities in support of required certification. 2. Provide a brief description of the anticipated installation activities including an install schedule. 3. Identify any assumptions as part of your proposed solution. 4. Identify the top risks associated with this program. 5. Discuss any foreseeable data rights limitations. 6. Discuss known/envisioned obsolescence issues and ability to rectify. B. Integration Questions 1. Describe your suggested approach for integrating it onto the aircraft. Include a top- level system diagram. 2. Describe your capability and experiences in the integration of Flight II on military aircraft platforms. Describe your similar integration efforts and scope. Discuss any differences between the fielded systems and what would be required/recommended for C-130s? 3. Describe your capability and experiences in developing Technical Order (TO) for systems integration. Provide examples. 4. Describe your capability and experiences in developing training material and providing training to users of systems integration. Provide examples. 5. Describe impacts of this integration to existing C-130 systems including but not limited to the air data system, communications, surveillance system, flight controls, and instrumentation. 6. Discuss any capabilities (standard or unique) your company utilizes associated with design, lean manufacturing processes, test capability, and supply chain management that reduce overall program risk. 7. What other information can you provide to help the Air Force understand the technical requirements of this effort? Part III: Financial Information 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 If past procurement history is unavailable, an overall estimated price to perform the services required is requested in order to aid the country partner in estimating costs.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7e80fd0d25784a7a8f74bc9c011dccaf/view)
- Record
- SN07383959-F 20250326/250324230049 (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 |