Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 01, 2014 FBO #4694
SOLICITATION NOTICE

A -- AC/MC-130J RADIO FREQUENCY COUNTERMEASURES (RFCM)

Notice Date
9/29/2014
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8523-14-R-30015
 
Point of Contact
Katie E. Davidson, , Carol Clopton,
 
E-Mail Address
Katie.Davidson@us.af.mil, carol.clopton@robins.af.mil
(Katie.Davidson@us.af.mil, carol.clopton@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a notice of the intent that AFMC AFLCMC/WNKCB in conjunction with the Commando II RFCM Program Management Office (AFLCMC/WNY and AFLCMC/WIS), USSOCOM (United States Special Operations Command) and the Air Force Special Operations Command (AFSOC) anticipates issuing a request for proposal for a research and development effort to improve the AC-130J and MC-130J aircraft system survivability. This request for proposal will be posted on the Federal Business Opportunities (fedbizopps.com) website. The approximate Request for Proposal (RFP) issue date is 15 Oct 2015 with an approximate response date of 14 November 2014. Description of the procedures to be used in awarding the contract: The basis of award will be a competitive Best Value/Tradeoff Source Selection. The Government will issue an unrestricted RFP to down-select two (2) or fewer offerors utilizing Tradeoff Source Selection Procedures. The successful offeror(s) will be awarded a C type contract. The basic effort is for system design that includes a System Requirements Review (SRR) and Preliminary Design Review (PDR). The system design will culminate with a Critical Design Review (CDR). The Government will conduct a simulation-based laboratory demonstration between the offerors and select a single contractor to continue with the Integration and Testing. The Government will reserve the right to exercise the options for production until a later time. Initial Source Selection: For the initial source selection request for proposal will require oral and written parts. For those offerors whose proposals are determined to have an acceptable RFCM System Specification (SS) and Small Business Concern Utilization, tradeoffs will be made between Engineering Factor (which includes the Technical Rating and the Technical Risk Rating) and Cost/Price. All evaluation factors other than Cost/Price, when combined, are significantly more important than Cost/Price. In using the best value approach, the Government seeks to award to the offeror/offerors who give the Air Force the greatest confidence that it will best meet or exceed our requirements affordably in a way that will be advantageous to the Government. Final Downselect: The Technical Rating and the Technical Risk Rating for each of the Subfactors, is significantly more important than Cost/Price. Anticipated Award Date : Sept 2015 Anticipated Exercise of Contract Option to a single contractor: Sept 2016 Description of Acquisition : This acquisition requires engineering and manufacturing development to include a System Design, Integration and Test; systems integration laboratory (SIL), Production to include Low Rate Initial Production and Full Rate Production; Sustainment to include Interim Contractor Support and Depot Activation. All of the requirements are defined in the "System Requirements Document (SRD) for AC/MC-130J RFCM" and the RFCM statement that will be in the solicitation. The total estimated period of performance is 7 years and 7 months. There will be a basic and 8 options. The anticipated Schedule B is a follows: Nomenclature Pricing Arrangement QTY Unit Basic System Design Phase CPFF 1 Lot Anti-Tamper (AT) Plan and Design CPFF 1 EA Data (CDRLs) NSP Critical Technology Demonstration (Labor excluding Travel) CPFF 1 Lot Long Lead Items - Production Representative Articles CPFF 1 Lot Travel CRNF 1 Lot Option 1 Integration and Test CPIF 1 Lot AT Implementation CPIF 1 Lot Production Representative Articles CPIF Trial Kit/Kit Proof Units (Group A and Group B) 4 Sets Contractor E-Qual/DVT Test Units 1 Lot Trial Kit/Kit Proof Installation CPFF MC-130J Trial Kit/Kit Proof Installation 2 EA MC-130J Kit Proof Installation 1 EA AC-130J Trial Kit Installation 1 EA Developmental Test (DT) Support CPFF 1 EA Operational Test (OT) Support CPFF 1 EA Other Hardware Deliveries CPFF Mission Data Test Station (MDTS) 1 EA Stand Alone Control & Display 1 EA Breakout Box 2 Sets Data (CDRLs) NSP 1 Lot Organizational (O)-Level Support Equipment CPFF 1 Lot Training (Operator and Maintainer) CPFF 1 EA Weapon System Trainer (WST) Data Identification CPFF 1 EA Travel CRNF 1 Lot DT Performance/Schedule Incentive FFP 1 Lot OT Performance/Schedule Incentive FFP 1 Lot Option 2 Purchased Data Rights FFP 1 Lot Option 3 Government Systems Integration Laboratory (SIL) FPI(F) 1 EA Travel CRNF 1 Lot Data (CDRLs) NSP 1 Lot Option 4 Low Rate Initial Production (LRIP)/SE FPI(F) Group A 14 Sets Group B 12 Sets O-Level Support Equipment 1 Lot LRIP Spares (Group B) FPI(F) 2 Sets LRIP Installs FPI(F) Group A Install 14 EA Group B Install 12 EA Data NSP 1 Lot SE/Program Management FFP 15 Mo Reserved Travel CRNF 1 Lot Site Training FFP 2 EA Option 5 1 - FRP FFP Group A 1-12 EA Group B 1-9 EA 2 - FPR 1-12 EA Group A 1-9 EA Group B 3 - FRP Group A 1-12 EA Group B 1-9 EA 1 - O-Level Support Equipment FFP 1 Set 2 - O-Level Support Equipment FFP 2 Set 3 - O-Level Support Equipment FFP 2 Set 1 - FPR Spares (Group B) FFP 2 Set 2 - FPR Spares (Group B) FFP 3 Set 3 - FPR Spares (Group B) FFP 3 Set 1 - FRP Installs Group A FFP 1 -12 EA Group B FFP 1-9 EA 2 - FRP Installs Group A FFP 1-12 EA Group B FFP 1-9 EA 3 - FRP Installs Group A FFP 1-12 EA Group B FFP 1-9 EA Data (CDRLs) NSP SE/PM FFP 37 MO Travel CRNF Option 6 Interim Contractor Support CPFF 1 LO Data (CDRLs) NSP 1 LO Travel CRNF 1 LO Option 7 Depot Activation FPI(F) 1 LO D-Level Support Equipment and Install FPI(F) 1 EA Data (CDRLs) NSP 1 LO Travel CRNF 1 LO Option 8 Technical Data Package FFP 1 LO Other Engineering Data FFP 1 LO Data (CDRLs) NSP 1 LO Travel CRNF 1 LO
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8523-14-R-30015/listing.html)
 
Record
SN03535533-W 20141001/140930022241-966fa794e252e2f618ea5dea8308d2a5 (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.