Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOURCES SOUGHT

15 -- Fiscal Year 2012 Sustaining engineering and Contractor Logistics Support (CLS) for upgrades and sustainment of the T-38C avionics system - Attachment 2 - COMBS Description - Attachment 1 - Questions - Attachment 3 - Sustaining Engineering Description

Notice Date
4/7/2010
 
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, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8617-10-R-6199
 
Point of Contact
Cathy LaMusga, Phone: 937-904-4304, Patricia Valley, Phone: 937-904-4218
 
E-Mail Address
cathy.lamusga@wpafb.af.mil, Patricia.Valley@wpafb.af.mil
(cathy.lamusga@wpafb.af.mil, Patricia.Valley@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sustaining Engineering Description Questions COMBS Description This SS/RFI is issued for information and planning purposes only and does not constitute a solicitation, nor does the issuance restrict the government as to its ultimate acquisition approach. Responses to the SS/RFI will not be returned. In accordance with Federal Acquisition Regulation 15.201(e), a response to this notice is not an offer and cannot be accepted by the government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this SS/RFI. Not responding to this will not preclude participation in any future Request For Proposal (RFP), if issued. If a solicitation is released, it will be publicized in accordance with the requirements of the Federal Acquisition Regulation. Description: 1. 77th Aeronautical System Wing (77 AESW), 877th Aeronautical System Group (877 AESG), 663d, is anticipating a competitively awarded contract for sustaining engineering and Contractor Logistics Support (CLS) for upgrades and sustainment of the T-38C avionics system for Fiscal Year 2012. The period of performance P0P) is 01 July 2011 through 30 September 2012 with four (4) one year option periods. Note: This PoP includes a three (3) month transition period beginning 01 July 2011. This SS/RFI is intended to provide the Air Force with an understanding of the technology and resources available within industry to support this effort, with a scope of 435 Air Education and Training Command (AETC), 15 Air Force Materiel Command (AFMC) and 10 US Navy T-38C aircraft, along with related ground support equipment. Sustaining engineering, but not CLS, also extends to 37 T-38C Aircrew Training Devices (ATD), including the Operational Flight Trainer (OFT), the Unit Training Device (UTD) and the Weapon System Trainer (WST). The ATD sustaining engineering support shall encompass software changes and/or upgrades (and any coinciding hardware changes/upgrades, as applicable). The complete T-38C avionics system consists of approximately 60 Non-Developmental Items (NDI) and commercial Line Replaceable Units (LRU) (note: the equipment that comprises the T-38C Avionics Suite may not be in the Department of Defense supply system). The contract will be Firm-Fixed Price (FFP). The contract shall provide for: a) An avionics block upgrade process that keeps the T-38C aircraft airworthy and current by providing up-to-date capabilities b) Contractor Operated and Maintained Base Supply (COMBS) operations (avionics support) consistent with the local operational schedule at each of AETC's T-38C Main Operating Bases (MOBs) (Randolph AFB, Columbus AFB, Vance AFB, Laughlin AFB and Sheppard AFB, with the ability to support AFMC operations at Edwards AFB, Holloman AFB, and Navy operations at Patuxent River Naval Air Station (aka NAS Pax River)) c) Spare parts and equipment which will guarantee the continued maintenance and flying operations support of the LRUs in the currently approved system configuration; contractor repair of removed components at the contractor's or Original Equipment Manufacturers (OEM) facilities and returned to COMBS, based on a fixed price for the combined annual number of hours flown by AETC, AFMC and the Navy Test Pilot School (approximately 96,000 hours total annually) d) Technical order recommendations to an engineering organization e) Contractor repair of damaged LRUs and maintenance of an effective damaged equipment program f) Field Service Representatives (FSR) at each of the AETC MOBs, Edwards AFB and Patuxent River NAS, who will: (1) Act as a liaison between the customer and home office (2) Assist the on-site customer in detecting technical deficiencies (3) Investigate and provide feedback to the customer on avionics issues and advise on solutions towards difficult or unusual problems (4) Coordinate with COMBS to obtain parts (5) Provide technical interface for engineering support (6) Provide training for new personnel, as required (7) Provide on-site customer support for the data collection system described in section 1(h) g) Engineering processes to resolve any issues involving software support and material deficiency reporting for LRUs and ATDs h) A system that collects, manages, analyzes and archives Maintenance Fault Lists (MFL)/Pilot Fault Lists (PFL), and engine, flight loads and Air Combat Maneuvering Information (ACMI) data for each flight, including mission planning and debrief data, that enables analysis and promotes product improvement i) An effective means to manage obsolescence and Diminishing Manufacturing Sources j) Engineering and program management expertise that ensures efficient and effective management of the activities and supplies necessary to meet program requirements k) Maintenance of engineering and technical data l) Tracking and reporting key avionics support performance to include system level MTBF, parts issue rates and avionics mission success rate m) Over and Above (O & A) activities necessary for correction of problems found during aircraft maintenance operations n) Materials for O & A corrections o) Resolution of issues involving software support, engineering services, hardware/aircraft modifications, and material deficiency reporting in coordination with government organizations having Systems Engineering (SE) responsibility 2. Sustaining engineering includes SE and program management services to keep the avionics system for the T-38C training systems current/airworthy (e.g., requirements definition/generation, Engineering Change Proposals (ECP) and proposal preparation, as well as test and implementation of those changes). The contractor shall provide configuration management/control for the avionics components to include requirements and certification traceability, specification trees, supplier management and diminishing resources management. The contractor will record, monitor, and analyze equipment failures and provide recommendations to maintain or improve aircraft readiness levels. The contractor shall provide both technical and programmatic risk management. The technical services provided shall also include on-demand accident investigation analysis and support. The application of engineering and programmatic expertise includes planning for major and minor modifications to the avionics system for product improvements, or developing a solution in response to a discontinuance of commercial items (e.g. memory cards). As part of the T-38C community, the contractor must be able to react quickly and positively to real-world changes and have sufficient intellectual depth to bring in specific expertise from outside the program as required. A block upgrade process is used to keep the aircraft/ATDs airworthy/current by providing up-to-date capabilities. The block upgrade process enables a SE approach to systematically upgrade the aircraft and ATDs to keep them viable in a changing world. See Attachment 3 for additional details. 3. Primary CLS tasks include repair of removed failed or damaged LRUs, providing spares during the repair process, performing FSR tasks, and the effective operation of each AETC MOB's COMBS. The T-38C sustainment approach will include performance based logistics metrics for Mean Time Between Failure (MTBF) at both the avionics system level (system level avionics MTBF goal of 50 hours, threshold of 40hours) and LRU level. Guaranteed part availability and issue rates at the COMBS are expected. In order to comply with the COMBS turnaround times, the contractor must ensure that sufficient spares are available or that other arrangements are in place to ensure these times are met. The government will consider other metrics and the contractor's suggestions for metrics. A list of LRU part numbers and suppliers will be supplied at a later date. The contractor must comply with the International Traffic in Arms Regulations (ITAR) as required to support repairs if by foreign OEM or authorized repair facilities. See Attachment 2 for more COMBS details. 4. Interested parties must submit two copies in writing to include the following information: (via U.S. mail or e-mail to patricia.valley@wpafb.af.mil) the company/institution and any teaming or joint venture partners; address; point of contact; telephone number; e-mail address; company status (large, small business, 8a, etc) based on a NAIC CODE: 336413 and your Cage Code. A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership) plus answers to the attached questions/comments in the order indicated in Attachment 1. In order to receive a contract award, if a solicitation is issued, the successful offeror must be actively registered in Central Contractor Registration (CCR - http://www.ccr.gov); Online Representations and Certifications Application (ORCA - http://orca.bpn.gov); Wide Area Workflow (WAWF - https://wawf.eb.mil). It is the responsibility of the potential offeror to watch for additional information pertaining to this requirement. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with firm(s) listed. No telephone solicitations requests will be accepted. All responses are due NLT 1400 EST 22 April 2010. All responses from feasible sources will be fully reviewed, however receipt of responses will not be acknowledged. Interested firms should submit routine communications concerning this acquisition to Ms. Patricia Valley, Contracts Negotiator, or Ms Cathy LaMusga, Contracting Officer at 663 AESS/SYKA 1970 Monahan Way, Bldg 11A, Rm 201-I, Wright-Patterson AFB, OH 45433-7211, (937) 904-4218 or 904-4304 Please limit your response to no more than 15 single-sided 8 ½ x 11 pages, double-spaced, minimum 12 point font size. Please reference the following attachments: (1) Questions/Comments, (2) Additional COMBS Description, and (3) Additional Sustaining Engineering Description. NOTE: This RFI will potentially be used to request proposals for a T-38C Avionics Post Production Support (APPS) contract to be issued and managed from the Ogden Air Logistics Center, Hill Air Force Base, Utah
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8617-10-R-6199/listing.html)
 
Record
SN02115700-W 20100409/100407235635-d8f50389cbe3301fed08feaa24afd205 (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.