Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2010 FBO #3261
MODIFICATION

15 -- USAF HH-60 Personnel Recovery Recapitalization Program (HH-60 Recap)

Notice Date
10/27/2010
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Bldg 461895 5th StreetWPAFB, OH 45433-7233
 
ZIP Code
45433-7233
 
Solicitation Number
PIXS6470
 
Response Due
4/13/2010
 
Archive Date
3/24/2015
 
Point of Contact
Richard T. Saltsman, Phone: 9372557054, James E. Dinwoody, Phone: 9372553403
 
E-Mail Address
richard.saltsman@wpafb.af.mil, james.dinwoody@wpafb.af.mil
(richard.saltsman@wpafb.af.mil, james.dinwoody@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTE: This Request For Information has been updated. Attachment 1 Capability Description is changed to read as follows: 3. Airspeed: The HH-60 Recap must be capable of sustaining 125 knots true air speed (KTAS) 4,000' PA, 27° C conditions while combat configured with 2000 lbs SCL and fuel load sufficient to meet maximum Combat Radius. 4. Combat Radius: A combat configured HH-60 Recap with full SCL must have a straight-line unrefueled combat mission radius of 195 nm in accordance with mission profile, Figure A-2. NOTE: This Request For Information has been updated as follows: RESPONSE DUE DATE IS HEREBY EXTENDED TO 1600 EASTERN TIME 2 NOV 2010. NOTE: REQUEST FOR INFORMATION HAS BEEN UPDATED Personnel Recovery Recapitalization Program (HH-60 Recap) Sources Sought Synopsis (SSS)/Capability Request For Information (CRFI) INTRODUCTION The Air Force is in advanced planning to acquire a Personnel Recovery (PR) Recapitalization aircraft to replace the current United States Air Force (USAF) HH-60G fleet. The AF is only interested in full air vehicle systems solutions at this time. To assist in this planning, the Aeronautical Systems Center (ASC), ASC/WISV, Wright-Patterson AFB OH, is issuing this Sources Sought Synopsis (SSS)/Capability Request for Information (SSS/CRFI) to obtain market insight into potential solutions and sources capable of meeting the requirements of the approved Capability Development Document (CDD). It is anticipated the United States Air Force will replace an estimated 112 HH-60G air vehicles. Contract award is anticipated to be in FY12. Meeting an Initial Operating Capability (IOC) by the end of FY15 is desired. FY15 IOC requires delivery of eight (8) aircraft with training systems and support in place (initial spares, support equipment, technical data). Describe the capabilities your solution can meet and describe the cost and schedule needed to meet all the capabilities. If a respondent has more than one solution to discuss, a separate response for each is desired. Respondents must describe their solutions' compatibility and comparability to the given capabilities; provide rough order-of-magnitude (ROM) cost estimates, delivery schedules, and other technical information of potential solutions. This is NOT an Invitation for Bid (IFB) or a Request for Proposal (RFP). The Government does not intend to award a contract on the basis of this SSS/CRFI. This SSS/CRFI is part of ongoing Government conducted market research for planning purposes. It is NOT a solicitation. The Government will not provide reimbursement for costs associated with this request. Responses will be treated as information only and will not be used as a proposal. The submitted documentation, upon delivery, becomes the property of the US Government and will not be returned. Such information will be reviewed by a team comprised of Government as well as contractor personnel hired to provide technical assistance for the Government's preparation of an acquisition approach. All members of the team will be reminded of their obligation to protect such information to the maximum extent permitted or required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations. In addition, Government members will be reminded of their obligations to afford protection under the Trade Secrets Act, 18 U.S.C. 1905. All contractor members are required to protect the information by the terms of their contracts and non-disclosure agreements. The Government will determine whether its contractor team members have any organizational conflicts of interest that could adversely affect protection of the information. The Government will not reply to information received. The Government anticipates conducting one-on-one discussions with respondents. For planning purposes, the Government is targeting November 2010 for these meetings. PURPOSE The purpose of this SSS/CRFI is to (1) update the responses to March 2010 Personnel Recovery Recapitalization Program (HH-60 Recap) Sources Sought Synopsis (SSS)/Capability Request for Information (CRFI); (2) to engage industry a second time based on updated information; (3) to identify sources and capability that can meet a desired Initial Operational Capability (IOC) in FY15 if a contract award is made in FY12; and (4) to assist the Air Force in planning and ascertaining schedule, cost and technical risk associated with acquisition of the HH-60 Recap air vehicle. The information respondents submit may be used to develop an acquisition approach. The information in this SSS/CRFI is preliminary and may be updated or changed prior to any formal release of an RFP. The Mission Profile, Standard Configuration Load (SCL) and Capabilities have been updated from the original March 2010 SSS/CRFI. RESPONSE GUIDANCE Information received as a result of this request will be considered sensitive and will be protected as such. Any company proprietary information contained in the response should be clearly marked as such, by paragraph, such that ‘publicly-releasable' and ‘proprietary' information are clearly distinguished. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. The Government will not use proprietary information submitted from any one responder to establish the capability and requirements for any future systems acquisition, so as to not inadvertently restrict competition. SSS/CRFI responses should include a Cover page containing identification of the company Commercial and Government Entity (CAGE) code, street address, and 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) designation for North American Industry Classification System (NACICS) code 336411 (aircraft manufacturing) and the names and telephone numbers of the technical Point of Contact (POC) and the overall company POC (in the case of a partnership, please provide appropriate CAGE codes and POC information for the lead company). Responses are limited to 30 pages and must be received by 1300 Eastern Time 27 Oct 2010. Responses must be submitted via eight (8) hard copies with a CD copy in text searchable Portable Document Format (.pdf). Responses should be sent to the Contracting Officer, Jim Dinwoody, ASC/WISK, james.dinwoody@wpafb.af.mil, 1895 Fifth Street, Building 46, Wright-Patterson AFB, OH 45433-7233. HH-60 Recap Summary HH-60 Recap will be employed by various USAF organizations to accomplish Personnel Recovery (PR) missions within the full Range of Military Operations (ROMO) worldwide in various weather conditions. The Air Force desired IOC is September 2015. Required Assets Available (RAA) to achieve FY15 IOC: • Four primary trainer aircraft delivered six months prior to delivery of primary mission aircraft • 75% of assigned maintenance personnel trained to support the Training aircraft • Delivery of four primary mission aircraft • 90% of assigned maintenance personnel trained to support the primary mission aircraft • Spares and O-Level Support Equipment in place • Depot repair Support available (Interim Contractor Support (ICS) or Organic) • Readiness Spares Package in place to support a four ship 30 day deployment • Aircrew Training devices/courseware material in place • Implementation of interim logistics support • Validated /Verified and published operations and O-Level maintenance manuals • Maintenance Training devices/courseware material in place • Maintenance data collection system software and support in place (Contractor Logistics Support (CLS) or Organic) RESPONSE DISCUSSION TOPICS The revised HH-60 Recap capabilities are listed in Attachment 1. The Mission Description and the Standard Configuration Load (SCL) are listed in Attachment 2 and Attachment 4 respectively. Attachment 3 provides a notional funding profile. Describe the capability your system can provide given the notional funding profile and the desire to achieve an FY15 IOC. Provide a technical description of the solution to include details of the airframe, subsystems and the associated schedule and cost. Identify the level of engineering design, integration, software development, Developmental Test & Evaluation (DT&E) required and Initial Operational Test & Evaluation (IOT&E) required. Discuss the schedule and cost for the development/integration effort. Discuss how modifications will be completed--production line incorporation or as post-production modifications. Address any capabilities not available at IOC and how they will be provided post-IOC. For out-years, identify any funding that may be required. Provide additional information relative to your solution in the following areas of interest: 1) Discuss the proposed solutions, any current PR mission(s), users, and delivered quantities. 2) Provide Cost per Flying Hour for your proposed solution using the Mission Profile data in Attachment 2. 3) Describe your production rate versus capacity (i.e. excess production capacity) to provide eight (8) aircraft no later than 30 September 2015 and to support follow-on production delivery. Discuss lead times, any approach used to ramp-up production, means to accelerate the schedule and the associated risks. Discuss major GFE systems your production line relies on or expects and their associated cost to produce capable platforms. 4) Describe the capabilities your proposed solution will deliver relative to the requirements in Attachment 1. Also identify the requirements it will partially meet and not meet. 5) Provide a notional schedule clearly showing contract award, long lead procurement, production milestones, training/ training system events, Technical Order (T.O.) development, Contractor T&E, USAF DT&E and IOT&E, and logistics/sustainment events with assets available and IOC by 30 Sep 2015. 6) Describe the airworthiness certification of your proposed solution. 7) Describe any Live Fire Testing accomplished to date and any certifications for your proposed solution. • What level of testing was conducted? When? • Who conducted the testing? When? Where? • What agency provided Live Fire Certifications (if any)? When? At what level (FUSL, component, etc)? Discuss a proposed way ahead, including schedule, for additional live fire testing. 8) Describe any existing sustainment support for your solution. 9) Describe aircrew and maintenance training (training devices, simulators, part task trainers, and courseware) available to support your aircraft. Provide information concerning procurement lead times and cost estimates. 10) Provide a table depicting aircraft starting and ending weights at each segment for the mission scenario in Attachment 2. 11) For each individual modification, provide a ROM for Non-Recurring Engineering (NRE) cost to deliver the capability. Also identify what NRE tasks would have to be performed to deliver your specific solution. 12) Identify a funding profile for your proposed solution and break out the funding into Research Development Test & Evaluation (RDT&E) and Procurement. SUMMARY THIS IS a SOURCES SOUGHT SYNOPSIS (SSS)/CAPABILITY REQUEST FOR INFORMATION (CRFI) ONLY to obtain market insight into potential solutions and sources capable of providing a HH-60 Recap operational capability. The information provided in the SSS/CRFI is subject to change and is not binding on the Government. The Government has not made a commitment to procure any of the items discussed, and release of this SSS/CRFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/PIXS6470/listing.html)
 
Place of Performance
Address: Bldg 461895 5th StreetWPAFB, OH 45433-7233
Zip Code: 45433
 
Record
SN02317936-W 20101029/101027234322-f467284e6bd2af5e8d13d37b28085eef (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.