Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 16, 2011 FBO #3399
SOURCES SOUGHT

69 -- F-15E Training Systems Sustainment

Notice Date
3/14/2011
 
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
F33657TDAS
 
Archive Date
9/14/2011
 
Point of Contact
Brett P. Wray, Phone: 9372550472
 
E-Mail Address
brett.wray@wpafb.af.mil
(brett.wray@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS F-15 Training Systems Sustainment Re-Compete (a) The Government does not intend to award a contract on the basis of this solicitation or to 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" are used in this document, your response will be treated as information only. It shall not be used as a proposal. (c) Background: The Government is conducting market research to identify, as potential sources, companies that may possess the expertise, capabilities, and experience to competently and competitively respond to requirements that provide support to F-15 Training Systems (F-15E Aircrew Training Devices and Maintenance Training Devices) and F-15 Training System Support Center (TSSC). Key areas are Contractor Logistic Support (CLS), availability, concurrency, modernization/obsolescence, sustainment and engineering services. The F-15 ATD/MTD (hereafter referred to as the F-15 Training Systems) primary missions are to train F-15 aircrew and maintenance personnel to safely perform their missions with the highest degree of accuracy and proficiency possible. The F-15 Training Systems users and customers are represented by Air Combat Command (ACC) and Air Education Training Command (AETC). This contract currently supports all fielded F-15 ATDs (all six at Seymour Johnson AFB) with on-site CLS and MTDs (26 across 6 USAF locations) with on-call CLS support. (d) The total sustainment effort will entail: - Provide personnel and processes for engineering (training device modifications and database updates), logistics, maintenance, and operations services to support the F-15 Training System. - Provide on-site and on-call CLS, and contractor support relative to the maintenance and operation of the F-15 Training System in a classified and unclassified environment. - Operation of a TSSC to perform all hardware and software modifications, including but not limited to, concurrency updates, to the F-15 trainer product baselines and coordinate all logistics and maintenance functions. - Operation of a Stock, Store, and Issue Center (SSIC) to maintain, stock, store, and distribute all F-15 Training System technical documents, engineering drawings, and software. - Operation of a Depot Logistics Support function to provide for tracking, repair, and stocking of spare parts for all F-15 Training System maintenance functions. - Develop and field new USAF-owned F-15 maintenance and aircrew training devices identified by the USAF and then support, maintain and upgrade those devices. (e) The follow-on contract is expected to have a period of performance of no more than 5 years. The government anticipates award of a predominately Firm Fixed Price contract, possibly with incidental contract line items of other contract types as appropriate. (f) The purpose of this document is to assist the program office with the formulation of the acquisition strategy and to ascertain your interest in bidding on the F-15 Training System Re-Compete program. 1. Describe your past experience (no more than five examples) for performing F-15 or other fighter aircraft training systems contractor logistics support, concurrency management, major modification, and new device production, to include: a. Program name b. Government contract number c. DCMA Point of Contact d. Description of the effort covering the following points: 1. types and quantities of training devices supported 2. specific support provided, i.e., OFP development, maintenance (CLS), etc 3. modification/upgrade experience as applicable 4. locations supported 5. number of personnel assigned e. Date & period of performance f. Cost of effort g. Description of support strategy h. Indicate whether you were a prime or a sub-contractor for the effort and if so, what percent of the effort did you accomplish 2. What experience do you have managing/operating a Training System Support Center for F-15 or other fighter aircraft training systems? 3. What experience do you have maintaining training device technical data, engineering drawings and source code/media? What is the extent of your expertise in successfully obtaining and working with data and software containing limited or restricted rights, and/or third-party proprietary data? 4. What experience do you have in modifying and maintaining fighter aircraft OFP software in support of complex concurrency upgrades for multiple training devices types? 5. What experience do you have managing multiple locations at the same time and is the experience CLS-only, modification efforts, or both? 6. What experience do you have managing devices in a classified environment and does this pose additional risks? 7. In an effort to instill contractual flexibility to react quickly to budget fluctuations, we're looking for ways to implement a "throttle" mechanism. By this we want the capability to surge as well as to scale back on the CLS effort. What ideas might you have to accomplish this and have you implemented it on a previous program? 8. In carrying out this effort, what would be your reliance on government personnel and what would be required of them? 9. What data (bidders's library) will you require of the government to assemble a proposal for this effort? 10. What risks and assumptions do you foresee in performing this effort? What steps would you likely take to mitigate the risks? 11. If you were to rely on sub-contractors for this effort, what subcontractors would you use to do what percentage of which portions? Please articulate both companies'relevantexperience and note whether you already have a relationship with the subcontractor(s). 12. What experience do you have in accomplishing International travel and shipping (import/export) in support of current or previous efforts? 13. Please provide any comments as to whether the contract length would impact your interest in this program. 14. What experience do you have in producing aircrew training devices from existing build-to-print data? (e) Contractors responding to this announcement should indicate whether they are a Large Business, Small Business, Small Disadvantaged Business, Woman Owned Small Business, 8(a)-certified business, Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, or Historically Underutilized Business Small Business (HUBZone) in accordance with the NAICS code and size standard listed in subparagraph (f). Foreign owned or controlled companies will not be considered for this acquisition. (f) The applicable NAICS code for this acquisition is anticipated to be 336413, with a corresponding size standard of 1,000 (one-thousand) employees. If the acquisition is established as a small business set aside, FAR Part 52.219-14, Limitations on Subcontracting, subparagraph (b)(1), would be applicable. Small business concerns shall address, in their responses, their capability to meet the requirements of this acquisition while remaining within these Limitations on Subcontracting. (g) All prospective contractors must be registered in the Central Contractor Registration (CCR) database. (i) Interested sources should respond with a complete information package of no more than 15 pages, providing everything requested above. All parties are asked to provide a point of contact, a telephone number, an e-mail address, and a facsimile number in their response. This information should be sent electronically to Mr. John Skalski and Mr. Brett Wray at john.skalski@wpafb.af.mil and brett.wray@wpafb.af.mil respectively. Phone contacts: Mr. Skalski, 937-656-6911; Mr. Wray, 937-255-0472. Responses should be received no later than close of business 11 April 2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/F33657TDAS/listing.html)
 
Record
SN02400108-W 20110316/110314234336-0fb41871a54fce2849cdd18e7a790e2e (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.