Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 19, 2005 FBO #1301
MODIFICATION

A -- B-52H Stand-Off Jammer

Notice Date
6/17/2005
 
Notice Type
Modification
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
ASC/YDB 2690 Loop Road West Wright-Patterson AFB OH, 45433-7148
 
ZIP Code
45433-7218
 
Solicitation Number
B052SOJ
 
Point of Contact
Dan Horine, PCO; George Skipper, Program Manager; Stephanie Shelley, Buyer,937-656-5033; 937-656-9195; 937-656-5037
 
E-Mail Address
Daniel.Horine@wpafb.af.mil; George.Skipper@wpafb.af.mil; Stephanie.Shelley@wpafb.af.mil
(Daniel.Horine@wpafb.af.mil; George.Skipper@wpafb.af.mil; Stephanie.Shelley@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
UPDATE 17 JUN 05: A new draft RFP and a new Section L are hereby posted for review. We are listing the changes below. RFP changes: Time and date for response established as 1600 hrs EDT on 18 Jul 2005. There will be a day for day slip if the RFP is released later than 17 June. CLIN 0001 schedule slipped to 31 Oct 07 CLIN 0002 schedule slipped to 31 Oct 07 CLIN 0003 schedule slipped to 31 Jul 07 CLIN 0006 option performance period through 31 October 2007 ASC/YDB-H001 has been revised. ASC/YDB-H002--the systems engineering incentive schedule is revised as follows: Completion of concept design and SARR not later than Incentive Earned NLT 31 May 2007 $3,000,000 NLT 30 Jun 2007 $2,000,000 NLT 31 Jul 2007 $1,000,000 ASC/YDB-H002—SARR entry criteria “-Proposed technology is mature enough to enter SDD (TRL 6 or higher)” is revised to “-Proposed technology is anticipated to be mature enough to enter SDD (TRL 6 or higher)" ASC/YDB-H002—SARR exit criteria “-Concept design is supported with parametrically modeled cost estimate” is changed to be an entry criteria ASC/YDB-H002—the second systems engineering incentive, for acceleration of design efforts on the critical path, is revised to extend the schedule for formal closure of all action items to 31 Oct 2007. The second incentive remains $2,000,000. ASC/YDB-H003—paragraph d is revised to state the TRL 6 technology maturation incentive must be earned on or before 31 July 2007 (so that it supports an Aug 07 Milestone B) and the TRL 7 technology maturation incentive must be earned on or before 31 October 2007 (the end of the Pre-SDD contract). Section L Section 3.1.5.5 in Section L has been changed. The following sentence has been added: Corporate small business subcontractor plans may be an attachment in Section 5 and referenced in Volume I. UPDATE 16 May 05: Updated Sections L and M have been posted in the Bidders Library at the end of this announcement. Section L has an updated clause on page 2 which is in blue ink. Section M was updated in parts a and c in Section 2.3.1.1. UPDATE 12 May 05 (Second update for this date): The 12 May TCP needed to be changed. The revised TCP is now posted in the Bidders Library at the end of this announcement. The changes are marked in red. UPDATE 12 May 05: Three documents have been posted in the Bidders Library at the end of this announcement. The first is an updated CDRL Exhibit B. CDRL B001, Block 16, parts a, d and e have been updated. The second is a revised Technical Concept Paper(TCP). An incorrect version of the TCP was posted to PIXS on 6 May. The correct version is now posted. The third is a document containing some clarifications to the draft RFP. UPDATE 6 May 05: An updated draft RFP has been posted in the Bidders Library at the end of this announcement. CLINs 0009 and 0010 have been revised. Also, an updated draft Attachment 2 (Section L), an updated draft Attachment 3 (Section M), Technical Concept Paper (TCP) and an updated Statement of Objectives (SOO) have been posted in the Bidders Library at the end of this announcement. Changes have been made in red ink for ease in identification. UPDATE 27 April 2005: A new document, the B-52 SOJS Operational Synopsis White Paper, has been posted in the Bidders Library at the end of this announcement for information purposes. UPDATE 25 April 2005: An updated draft Attachment 2 (Section L) and an updated draft Attachment 3 (Section M) have been posted in the Bidders Library at the end of this announcement. Changes have been made in red ink for ease in identification. UPDATE 07 April 2005: An updated draft RFP has been posted in the Bidders Library at the end of this announcment. The purpose is to pass on the incremental changes that have been incorporated in the document. The biggest change in the draft is the increased emphasis on the early delivery of a capability. We have identified additional FY 05 funds and have raised the first year of the funding profile from $1.5M to $2M. There are significant changes in the OCI clause. It is recommended that you give the RFP a careful review due to the number of small changes. The following attachments to the RFP have been updated as well: CDRL Exhibit A, CDRL Exhibit B, Attachment 1 (SOO), Attachment 2 (Section L), Attachment 3 (Section M), and Attachment 4 (TCP) and the DD 254. UPDATE 25 March 2005: The Airborne Electronic Attack Squadron (AEASS) cannot release the B-52 SOJ RFP until final approval of the acquisition strategy and the source selection plan. We anticipate that may take another two weeks. In the interim, we plan to post an updated draft in the next few days to pass on the incremental changes that have been incorporated in the document. The biggest change in the draft is the increased emphasis on the early delivery of a capability. We have identified additional FY 05 funds and have raised the first year of the funding profile from $1.5M to $2M. There are significant changes in the OCI clause. It is recommended that you give the RFP a careful review due to the number of small changes. As you are aware, we have been on a very aggressive schedule. The delays we are experiencing put our contract award schedule at risk. We are requesting your cooperation in helping us make up some schedule time by reducing the number of days required for proposal preparation. If you plan to bid this program, request you provide the PCO feedback on the acceptability of reducing the number of days for proposal submission from 45 days to a lesser number, and identify the minimum time you believe is required. Request your response by 1 April 2005. When a go-ahead is received from SAF/AQ and OSD, the AEASS will determine the proposal due date and adjust the expected contract award date accordingly. UPDATE 22 March 2005: A new attachment with the title of Questions and Answers has been added to the document library below. UPDATE 21 March 2005: Proposal due date information is changed as follows: If the RFP is not released by 1 April 2005, there will be a day for day slip in the proposal due date. Also, information about the Past Performance volume due date is changed to read as follows: Each offeror is requested to submit the Past Performance volume for relevant Government contracts 28 days prior to the date established for receipt of proposals. Failure to submit early proposal information (Past Performance volume) will not result in offeror disqualification. Offerors are requested to notify the PCO when the Past Performance volume is anticipated to be submitted. UPDATE 9 March 2005 (Second update for this date): RFP release is delayed pending completion of the Government+s review/approval process. Tentative date for release is now 25 March 2005, in which case proposals will be due by 10 May 2005. However, the Past Performance Volume will be due by 15 Apr 2005. The Government still plans to award the contract by the end of July 2005. Section L - Instructions, Conditions, and Notices to Offerors is modified by making the following change to Table 3.1 Proposal Organization in Paragraph 3.1.5.2, Organization, Number of Copies, and Page Limits. The maximum page limit for Vol III, Past Performance, is now 60 pages. Within those 60 pages, there should be no more than 5 pages per each past contract. UPDATE 9 March 2005: The briefings and documents promised at the B-52 Stand- off Jammer Pre-Solicitation Conference on 16 Feb 2005 are now available for distribution. There are two CDs available for distribution. The first CD (unclassified) was mailed on 7 Mar 05 to each company /office that attended the conference. The second CD (classified) is available for local representatives of any company which attended the conference to pick up. Dayton representatives from these companies are encouraged to pick up the classified CDs on the afternoon of 11 March from security representatives at Bldg 556. In order to identify the individual who is picking up the CD, please fax a visit request to the following address: ASC/LRS-SF (ATTN: Carol Golden) 2690 Loop Road West, Bldg 556, WPAFB OH 45433-7148 Fax: 937-656-4612 Phone: 937-656-5163 If a Dayton representative is not available, the classified CDs will be mailed to attendees who requested them. Questions on CD distribution can be addressed to Capt Rick Holifield (937-656-5099). In addition, a second classified CD containing historical documentation is available for those companies who have indicated they plan to bid as an LSI. These companies can request this additional CD by calling Stephanie Shelley (937-656-5037) to justify the need to know. UPDATE 8 March 05: Section L - Instructions, Conditions, and Notices to Offerors is hereby amended to change the font requirement for graphics only. Paragraph 3.1.5.6, Page Size and Format, is changed as follows: For tables, charts, graphs and figures, the font shall be no smaller than 8 point. Also, paragraph 3.1.5.5, Page Limitations, is revised by adding the following sentence: Offerors may attach an Executive Summary of no more than 4 pages to their transmittal letter. Neither will be considered in the overall page count nor will they be evaluated. UPDATE 2 March 05: Limited Access to a B-52H aircraft for potential bidders for the Lead Systems Integrator (LSI) Purpose: The government shall provide potential bidders limited access to a B- 52H aircraft as part of the B-52 RFP process for a Lead Systems Integrator (LSI) for the Pre-Systems Development and Demonstration phase of the B-52 Stand Off-Jammer program. Interested LSI bidders will be assigned a date and timeslot by the government. Valid security clearances will be required. Dates of access: 10 and 11 March 2005 Location: Barksdale Air Force Base, Louisiana POC: Dan Horine, PCO Tel: 937-656-5033 Stephanie Shelley, Buyer Tel: 937-656-5037 NOTE: THIS SYNOPSIS HAS BEEN CHANGED. The website to register for the B-52 Stand-off Jammer Pre-Solicitation Conference to be held at Wright-Patterson AFB on 16 – 17 Feb 2005 is located at the following address: www.usasymposium.com/b52h B-52H Standoff Jammer The B-52 Systems Squadron, Wright-Patterson AFB, OH is preparing to issue a Request for Proposal (RFP)for a Lead System Integrator for the pre-Systems Design and Development (pre-SDD) phase of the B-52 Standoff Jammer (SOJ) Program. This announcement is being posted to provide information about the program to prospective bidders. Questions may be submitted to the points of contact listed at the bottom of this announcement. We will update this announcement by posting the questions and our responses in a Bidders Library that will be placed at the end of this announcement. This acquisition involves data that are subject to export control laws and regulations. It has been determined that foreign companies will not be permitted to participate in this acquisition at the prime contract level. Only contractors who are registered and certified with the Defense Logistics Services Center (DLSC) +http://www.dlis.dla.mil/jcp/+ and have a legitimate business purpose may participate in this solicitation. Contact the Defense Logistics Services Center, 74 Washington Avenue N., Battle Creek, Michigan 40917-3084 (1-800-352-3572) for further information on the certification process. You must submit a copy of your approved DD Form 2345, Military Critical Technical Data Agreement, with your proposal. REQUIREMENTS DESCRIPTION: We anticipate award of a Pre-System Development and Demonstration (Pre-SDD) contract in accordance with Federal Acquisition Regulations (FAR) Part 15 for a Lead System Integrator in the July 2005 timeframe. This Lead System Integrator must possess the expertise, capabilities, and experience to be Lead System Integrator of the B-52 SOJ component of the Airborne Electronic Attack (AEA) System of Systems (SoS) for use by United States Air Force (USAF) personnel. The nature of this effort will require access to SECRET or higher and NOFORN material. Background The B-52 SOJ will be a core component of the AEA System of Systems. Other key AEA components are anticipated to include a jammer variant of the Miniature Air Launched Decoy (MALD), EC-130H with enhanced jamming pods (Compass Call), inherent EA capability of Active Electronically Scanned Arrays (AESA) on board F/A-22s, F-35s, and other AESA-equipped aircraft, the Navy+s EA-6B Improved Capability III (ICAP III) and EA-18G, and the network/protocols to link these capabilities. Some of the key technologies that will be involved include, but are not limited to: sensitive accurate direction finding Radio Frequency (RF) receivers, high power relatively broad band directional RF transmitters, appropriate command and control and on-scene (local) electronic attack (EA) asset management functions, line-of-sight and beyond line-of-sight networking, and advanced electronic warfare techniques generation and integration. A detailed overview of the B-52 SOJ will be presented at the B-52 Stand-off Jammer Pre-Solicitation Conference to be held at Wright-Patterson AFB on 16 – 17 Feb 2005. Additional information for the Pre-Solicitation Conference will be added to this site as soon as possible. Further data can be obtained from the points of contact listed at the bottom of this announcement. Current Environment Concept refinement of the AEA SoS and, in turn, B-52 SOJ, is in process. An AEA Analysis of Alternatives was completed in 2001 and forms the basis for overall AEA capability requirements. An Initial Capabilities Document (ICD) for AEA was approved by the Joint Requirements Oversight Council in Nov 2004. The B-52H, in its fourth decade of operational service, provides the country with immediate nuclear and conventional global power projection. There are presently 93 aircraft in service, operating from two Main Operating Bases (Minot AFB and Barksdale AFB) with the exception of two stationed at Edwards AFB for flight testing. Several modifications are underway or planned for the B-52H to increase or sustain its capabilities. A key requirement of the SOJ is that it shall not degrade any current capabilities on the B-52H. In addition, the SOJ design and modification will need to be integrated with other on-going B-52H modifications. Contract Descriptions The objective for award of the pre-SDD contract is fourth quarter FY05. The approximately 2-year period of performance would include identifying and evaluating existing technologies and associated suppliers needed to meet SOJ requirements; reducing the risk or developing a plan for managing the risk associated with those technologies in SDD; assisting the Air Force in planning for SDD (including developing spiral development strategies, if applicable) and accomplishing B-52 SOJ Milestone B (approval for entry into the SDD phase), and other related tasks. The Lead System Integrator will be expected to develop and execute a best value strategy to manage the risks associated with selecting, integrating, and sustaining SOJ components of varying technological maturity into a cohesive, scalable/expandable B-52 subsystem. The Government will require insight into the integrating contractor’s subcontract and vendor selection process and decision methodology. The integrating contractor will be expected to execute, in partnership with the Air Force, a robust systems engineering process that includes subcontractors and vendors and to perform all planning necessary to be able to field and sustain the SOJ capability following its development. The SOJ capability will complement and shall not degrade the aircraft’s strike (both nuclear and non-nuclear) capabilities. Full weapons carriage capability shall be maintained. Lastly, it is recognized that because of the B-52 experience and expertise that the Boeing Co. (the B-52 OEM) has built up over the years, that its involvement will be necessary. Thus, the Lead System Integrator will be expected to interface with the Boeing Company or provide a realistic plan describing how the bidder would accomplish the objectives of the program without a Boeing interface. For more information on B052SOJ--B-52H Stand-Off Jammer please refer to http://www.pixs.wpafb.af.mil/pixslibr/B052SOJ/B052SOJ.asp NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUN-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
B052SOJ-B-52H Stand-Off Jammer
(http://www.eps.gov/spg/USAF/AFMC/ASC/B052SOJ/listing.html)
 
Record
SN00832110-F 20050619/050617211927 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.