Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
SOURCES SOUGHT

R -- Develop, Produce, Integrate and Sustain Technical Order and Flight Manual Data for Precision Strike Package Integration

Notice Date
11/1/2012
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
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
Develop-Produce-Integrate-SustainTechnicalOrderandFlightManualforPSP
 
Archive Date
12/8/2012
 
Point of Contact
Katherine Hamblin, Phone: 9372553594, Nikita H Chandiramani, Phone: (937) 255-3582
 
E-Mail Address
katherine.hamblin@wpafb.af.mil, nikita.chandiramani@wpafb.af.mil
(katherine.hamblin@wpafb.af.mil, nikita.chandiramani@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. This Request for Information (RFI) is issued for information purposes only and neither constitutes a solicitation nor a commitment by the government to award a contract now or in the future. Submitting information for this RFI is voluntary, and participants will not be compensated. 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. Although "proposal" and "offertory" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal. 2. The AFLCMC's Special Operations Forces and Personnel Recovery Division of the Intelligence, Surveillance and Reconnaissance Directorate is soliciting information to identify possible sources for the development of AC-130J Stand-Alone PSP maintenance technical orders (TOs) and flight manuals (FMs) to support the PSP currently under development. The PSP incorporates a Mission Operator Pallet (MOP) consisting of the medium caliber gun with trainable gun mount, multiple Standoff-Off Precision Guided Munitions (SOPGMs), internal crew member and external communications, Beyond Line of Sight (BLOS) data links, Line of Sight (LOS) data links, multiple Electrical Optical /Infrared (EO/IR) sensors onto an existing donor aircraft, in this case a MC-130J, creating an AC-130J. Additionally, provisions will be added to the AC-130J to integrate carry-on operational equipment. Additional provisions will consist of connections to operate carry-on equipment through established aircraft avionics and communication systems. The MOP hosts the battle management system and fire control system software to operate all PSP mission equipment. All PSP equipment is managed through the MOP to identify, track and engage targets. The primary objective for the maintenance TOs is to enable maintenance technicians to maintain and functionally check the PSP to ensure mission effectiveness. The primary objective for the FMs for the PSP is to enable the flight crew to operate the PSP in training or combat environments. 3. TO and FM core requirements: a. Contractor shall identify, develop and provide Stand-Alone AC-130J PSP maintenance TOs and FMs for all PSP data based upon aircraft final design concept. b. Contractor shall provide digital technical data capable of being displayed on and off the aircraft and compatible with standard desktop PC's c. Contractor shall provide all autonomous AC-130J PSP data to Warner-Robins AFLCMC for Interactive Electronic Technical Manual System (IETMS) update via the Integrated Data Entry Tool. d. Contractor shall update all AC-130J PSP maintenance TOs and FMs for three (3) change cycles with the government option of up to three (3) additional change cycles. e. Contractor shall conform to a formal Technical Manual Contract Requirement document provided by the Government. 4. The Government will have approval rights for the final deliverable maintenance TOs and FMs for the final submission into IETM (IETMS) through the validation/verification (Val/Ver) process. 5. The contractor shall provide logistics support services for the AC-130J recapitalization program for PSP maintenance TOs and FMs development, TO and FM maintenance, delivery and sustainment. 6. The Government shall have unlimited data rights to all maintenance TOs and FMs developed and delivered under this effort. 7. Four (4) complete sets of maintenance Preliminary Technical Orders (PTOs) and eight (8) complete sets of FMs shall be delivered to the government to support Developmental Test and Evaluation. These PTOs shall reflect the word "Draft" via watermark and PTO before the TO and FM number on each page indicating the TOs are not formalized. All PSP TO and FMs will be delivered in paper and digital format. 8. Respondents to this RFI shall establish a Proprietary Information Agreement with current PSP contractor(s) supporting both AC-130W and AC-130J to obtain the most current PSP data required for this activity and should define how required data will be obtained. Respondents should further assume that United States Government PSP source data currently under development will be delivered in a phased approach as Preliminary Design Reviews and Critical Design Reviews are approved. 9. Responses to this RFI shall be limited to 25 pages in length, not including the cover page or exhibits (including pictures within the text). Do not submit classified data. It is desirable, but not required, that responses shall be submitted on CD-ROM in an electronic format compatible with Microsoft Windows/Office with no macros. Two copies of the paper submittals should be submitted; this is in addition to, or in lieu of the CD submittal. If the CD contains proprietary/competition sensitive material, the CD and the cover label should be marked ‟Proprietary/Competition Sensitive Material". Paper copies should be clearly labeled ‟Proprietary/Competition Sensitive Material". Proprietary/competition sensitive material should be protected from disclosure. As appropriate, e-mail copies of the paper submittal are also accepted. 10. Your response must be received no later than 15 work days after RFI release. Contractual responses should be sent to AFLCMC/WISK, Katherine Hamblin (Com: 937-255-3594, e-mail: Katherine.Hamblin@wpafb.af.mil, any technical questions should be directed to AFLCMC/WISS, William Wheaton (Com: 937-255-4212, e-mail: william.wheaton.ctr@wpafb.af.mil, Program Management concerns shall be addressed to AFLCMC/WISS, John K. O'Neal, (Com: 937 656-7831, e-mail john.oneal@wpafb.af.mil, Bldg 46, 1895 Fifth Street, WPAFB OH 45433-7200.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/Develop-Produce-Integrate-SustainTechnicalOrderandFlightManualforPSP/listing.html)
 
Place of Performance
Address: AF Life Cycle Management Center/WISK, 1895 Fifth Street, Bldg. 46, Wright Patterson AFB, Ohio, 45433-7218, United States
Zip Code: 45433-7218
 
Record
SN02923340-W 20121103/121101235013-bed3e1b9c76528f17a8cc13147e288e5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.