Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2011 FBO #3624
SOLICITATION NOTICE

16 -- C-5 Core Mission Computer/Weather Radar Replacement Program - Package #1

Notice Date
10/25/2011
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft 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
FA8625-12-R-6596
 
Point of Contact
Anna K. Nereng, Phone: 9376569652, Frieda M. Thornton, Phone: (937) 656-9175
 
E-Mail Address
anna.nereng@wpafb.af.mil, Frieda.Thornton@wpafb.af.mil
(anna.nereng@wpafb.af.mil, Frieda.Thornton@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Minimium Requirements for Core Mission Computer and Weather Radar for RFP FA8625-12-R-6596 C-5 Core Mission Computer/Weather Radar Replacement Program : The Aeronautical Systems Center (ASC), Mobility Directorate C-5 Division (ASC/WLSK) intends to award a sole source contract to Lockheed Martin Aeronautics for the design, development, integration, production, installation, test, verification and validation of a Core Mission Computer (CMC) (replacement for the existing C-5 Versatile Integrated Avionics (VIA) and Avionics Interface Unit (AIU) architecture) and Weather Radar (WX Radar) for the C-5M aircraft (defined as C-5 aircraft which has been modified by both the Avionics Modernization Program (AMP) and the Reliability Enhancement and Re-engining Program (RERP)) under Request for Proposal (RFP) FA8625-12-R-6596, henceforth referred to as the CMC/Wx Radar Replacement Program. The Government intends to solicit and negotiate with only one source, under the authority of FAR 6.302-1 "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." This requirement will not be set-aside for small business and will be covered under NAICS code 336411. An Engineering, Manufacturing and Development (EMD) contract is anticipated to be awarded in January 2013 to design and develop the software (as a minimum) for the integration of the contractor selected commercial-off-the shelf CMC and Wx Radar that best meets the government's attached minimum requirements to install onto 3 each C-5M aircraft. The EMD contract will also include developmental testing and evaluation (DT&E); formal qualification testing (FQT); assembly and checkout; training; identification and procurement of peculiar support equipment; spares to support all testing (DT&E and Operational Test and Evaluation (OT&E) and initial spares; technical publications and technical orders (TOs) (to include Level 3 drawings and manuals (flight, maintenance, depot repair, support equipment and commodity)); modification of 1 each Weapon Systems Trainer (WST) and Aircraft Maintenance System Trainer (AMST); maintenance support; TO validation and verification per TO 00-05-3; re-procurement data; technical data and unlimited data rights/license agreement for all new hardware and software, as well as any modified hardware and software, comprising the selected CMC/Wx Radar architecture in order to provide for organic Government support and depot-level of repair. Estimated period of performance is FY13 through FY15. Since the government plans to issue a sole source solicitation, FA8625-12-R-6596, an additional synopsis will not be issued. The approximate date for issuance of the solicitation is March 2012 with a response date of June 2012. During FY14 the government will solicit and award a contract for the Low Rate Initial Production (LRIP) phase for the CMC/Wx Radar Replacement Program production kits and installation of those kits onto the maximum quantity of 7 each C-5M aircraft. This contract will require accomplishing kit proofing on the first production representative kit; verification, validation and delivery of the installation Time Compliance Technical Orders (TCTOs) on the first LRIP aircraft which would be required by another potential source to bid on and/or accomplish the Fiscal Year (FY) 16 through FY18 installations. Note: A decision will be made by the government in FY14 about whether to accomplish installation of future lots organically or via a competitively awarded contract. The LRIP contract will also include the modification of 4 each WSTs for aircrew and the procurement of peculiar support equipment (PSE); sufficient spares to support the Main Operating Bases (MOBs), Forward Servicing Locations (FSLs), Readiness Spares Packages (RSPs), and peculiar support equipment; and interim contractor support (ICS) for all modified aircraft delivered under EMD and LRIP (maximum 10 total) until the government establishes an organic depot or awards a contractor logistics support (CLS) contract. The data procured and delivered under EMD will be updated during LRIP. Estimated date of award of the LRIP phase is during FY14 with period of performance through FY15. In FY15 the government will solicit and award either a separate contract or modify the LRIP contract for a maximum quantity of 42 production CMC/Wx Radar Replacement Program Kits not to exceed procurement over 3 lots during the period of FY15 through FY17. This contract will also include procurement of: spares in support of MOBs, FSLs, and RSPs; and peculiar support equipment. The government does not own nor have access to all of the specifications, standards, and data needed for the design, development, integration, production, installation, test, verification and validation of a Core Mission Computer (CMC) and Weather Radar (WX Radar) for the C-5M aircraft. LMA owns or has access to all the data needed to integrate the CMC/Wx Radar Replacement Program onto the C-5M aircraft. Another source would also require knowledge of or access to LMA proprietary internal specifications and standards as it relates to the legacy C-5 aircraft and C-5 AMP and RERP modernization programs. If you believe your company is a potential source for the design, development, integration, production and installation of the contractor selected CMC and Wx Radar that best meets the attached minimum requirements, then the following criteria are hereby established and all of these criteria are required to be met before the estimated release date of the Request for Proposal on or before March 2012. a. Potential source shall be a manufacturer or modification contractor of a wide body cargo military or commercial aircraft in the high gross weight category (minimum 500,000 pounds or greater). b. Have access to or possess C-5 source data to include C-5 AMP and C-5 RERP. As stated above the United States Air Force does not possess this information. c. Have access to modification facilities capable of accommodating the modification and support prototype aircraft flight-testing and have partnering flexibility with Government depots. d. Security Clearance for both safeguarding and facility at the Secret level. e. History of software and hardware design and development for integration of same or similar CMC and Wx Radar with military aircraft. Those companies interested in being considered supplying only the CMC and/or Wx Radar needs to contact Lockheed Martin Aeronautics, Marietta GA. Sources responding to this synopsis are required to submit their statement of technical capability, not to exceed 15 pages addressing these criteria to ASC/WLSK, Attn: Ms. Anna Nereng, 2275 D Street, Bldg 16, Room 127, Wright-Patterson AFB OH 45433-7222, by facsimile at (937) 656-9672, or E-mail at Anna.Nereng@wapafb.af.mil no later than 5:00 PM EST on 10 November 2011. Contact Ms Nereng to obtain copies of the anticipated contract terms and conditions. The clause at AFFARS 5352.201-9001 "Ombudsman" is applicable. For additional information please contact Ms Nereng at (937) 656-9672 or Ms Frieda Thornton at (937) 656-9175.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8625-12-R-6596/listing.html)
 
Record
SN02612504-W 20111027/111025234214-a32f71f52c90079442b732fd7b27f8ee (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.