Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2009 FBO #2714
SOURCES SOUGHT

69 -- C-130J Maintenance and Aircrew Training Systems (MATS)

Notice Date
4/30/2009
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 677 AESG/SYK2300 D StreetWPAFB
 
ZIP Code
00000
 
Solicitation Number
FA8621-09-R-6288
 
Response Due
5/19/2009
 
Archive Date
6/5/2009
 
Point of Contact
Rhonda Miller, 937 255-3532<br />
 
Small Business Set-Aside
N/A
 
Description
This sources sought synopsis is being conducted to identify potential sources that may possess the expertise, capabilities and experience to meet the requirements for the development and production of C/KC/HC/MC-130J MATS devices for the United States Air Force (USAF), United States Marine Corps (USMC) and Foreign Military Sales (FMS). Contractors/Institutions responding to this synopsis are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. The 677 Aeronautical Systems Group (AESG) proposes to procure up to a total of twenty-two Weapon System Trainers (WSTs), sixteen Loadmaster Part Task Trainers (LMPTTs), five Loadmaster Fuselage Trainers (LFTs), five Cockpit Procedures Trainers (CPTs), five Engine Propeller Trainers (EPTs), five Flight Controls Trainers (FCTs), and five Integrated Cockpit Systems Trainers (ICSTs). These devices are to be used by the Air Mobility Command (AMC), Air Combat Command (ACC), Air Force Special Operations Command (AFSOC) and USMC and will be baselined to their respective aircraft Block configuration to include hardware, software and courseware modifications. The FMS device configuration baselines are not known at this time but will begin with either the AMC, ACC/AFSOC or USMC baselines. Additionally, all the devices will be required to maintain concurrency with their respective aircraft configurations by incorporating a block upgrade modification when necessary and a yearly concur! rency/change management option to examine aircraft changes and how they impact the training devices. The government anticipates a separate contract for the operation and maintenance of these devices. The initial contract action may consist of five WSTs, five LMPTTs, two CPTs and two LFTs. It is anticipated that the delivery of the first WST will be within thirty-two months of contract award. Four WSTs, four LMPTTs, two CPTs and the two LFTs will be located at a Continental United States (CONUS) operational site while the fifth WST and LMPTT will be located at an Outside Continental United States (OCONUS) site. Requirements The functional/performance requirements of these devices (except the FMS devices which are unknown at this time) are available upon request. The available specifications are listed below: 1. C-130J MATS System Specification2. C-130J Weapon Systems Trainer Development Specification3. Visual System Specification for the C-130J Weapon Systems Trainer4. KC-130J Weapon Systems Trainer Development Specification5. Visual System Specification for the KC-130J Weapon Systems Trainer6. HC/MC-130J Weapon Systems Trainer Production Specification7. Visual System Specification for the HC/MC-130J Weapon Systems Trainer8. System Specification (SS) for the C-130J Loadmaster Part Task Trainer9. System Specification (SS) for the C-130J Fuselage Trainer Development Specification10. System Specification (SS) for the C-130J Integrated Cockpit Systems Trainer Development Specification11. System Specification (SS) for the C-130J Flight Controls Trainer Development Specification12. System Specification (SS) for the C-130J Engine Propeller Trainer Development Specification13. System Specification (SS) for the C-130J Cockpit Procedures Trainer Development Specification The MATS devices were initially procured under a FAR Part 12 contract. The government has limited rights to the aero and performance data. The government does not own the design data for the WSTs, CPTs, LFTs, EPTs, FCTs and ICSTs. There will be no aircraft or training device available to obtain any of the aero or performance data. An Associate Contractor's Agreement (ACA) will be necessary in order to obtain the data and information necessary to build the training devices. Business Information If after reviewing these documents, you desire to respond to this pre-solicitation synopsis, 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/capability in order to perform that portion of the requirement. Government-provided design/production data is not available and will not be provided. Both large and small businesses are encouraged to participate. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The National American Industry Classification System (NAICS) code for this action is 336413, size standard 1,000 employees; please indicate number of employees relative to the size standard of 1,000. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD contract. Interested sources are encouraged to first register as a source on the PIXS Web Site (http://www.pixs.wpafb.af.mil). PLEASE INFORM US IF YOUR FIRM INTENDS TO PERFORM THE WORK AS THE PRIME CONTRACTOR OR IF YOU DESIRE TO SUBCONTRACT WITH THE PRIME CONTRACTOR. In addition to the above, please pro! vide the following information:.Company Name.Address.Point of Contact.CAGE Code.Phone Number.E-mail Address.Web Page URL Technical Considerations In addition to the information requested above, interested firms should submit sufficient information (limited to 15 pages) that will permit insight into their relevant technical capabilities. We are attempting to gain insight into the level of market interest and competitiveness for this acquisition based on responses to the following: 1. Describe briefly the nature of the goods and/or services that your firm provides. 2.Describe your company's past experience on previous projects similar in nature and complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, and Government point of contact. 3.Describe your experience in the manufacture/fabrication of similar training devices/components. 4.Describe your capabilities and experience in managing hardware/software development projects of this nature, to include subcontractor involvement. 5.What quality assurance processes and test qualification practices does your company employ? 6.The submittal package must include a letter from Lockheed Martin Simulation, Training and Support stating their willingness to sign an ACA. Contracting Office Information Interested offerors must submit, within 15 days from the publication date of this notice, their capability package describing the company's technical expertise and experience, personnel and facilities, and motivation for participating in this program. Responses should be sent to the contracting officer: 677 AESG/SYK (C-130J MATS), 2300 D Street, Wright-Patterson AFB OH 45433, Attn: Rhonda Miller (email: Rhonda.Miller@wpafb.af.mil, phone number (937) 255-3532). Any technical questions should be referred to Dan Annett at (937) 255-3652 (email: Daniel.Annett@wpafb.af.mil) or Tim Dwyer at (937) 255-3665 (email: Timothy.Dwyer@wpafb.af.mil). An Ombudsman has been appointed to hear concerns during the proposal development phase of this acquisition. The purpose of the ombudsman is not to diminish the authority of the Program Manager or Contracting Officer, but to communicate the contractor's concerns, issues, disagreements, and recommendations to the appropriate government per! sonnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in source selection. Interested parties may contact Howard E. Marks, Jr., ASC/AQ, 1755 10th St, Bldg 572, Wright-Patterson AFB, Ohio 45433, telephone 937-255-8642, email howard.marksjr@wpafb.af.mil. For more information on "C-130J Maintenance and Aircrew Training Systems (MATS) ", please refer to:https://pixs.wpafb.af.mil/pixs_solicitation.asp?id=6091
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a7f9295fd4b7680fe47200e527c40480&tab=core&_cview=1)
 
Record
SN01806130-W 20090502/090430221645-a7f9295fd4b7680fe47200e527c40480 (fbodaily.com)
 
Source
FedBizOpps 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.