Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
MODIFICATION

58 -- FA862815CB52RADAR_VERSION2_FOLLOWUP

Notice Date
1/21/2015
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA862815CB52RADAR_VERSION2_FOLLOWUP
 
Archive Date
2/6/2015
 
Point of Contact
Maria Cassidy, Phone: 9377137592, Joseph Moore, Phone: 937-713-7595
 
E-Mail Address
Maria.Cassidy@us.af.mil, Joseph.Moore.30@us.af.mil
(Maria.Cassidy@us.af.mil, Joseph.Moore.30@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR ADDITIONAL INFORMATION Fighter-Bomber Directorate, Development and Integration Division (B-52) Wright-Patterson Air Force Base (AFB), Ohio 1.0 Description 1.1 Air Force Life Cycle Management Center (AFLCMC), in support of the Development and Integration Division (B-52), is seeking additional technical, performance and cost information from those radar suppliers who previously provided information about their candidate radar systems to replace the current B-52H AN/APQ-166 strategic radar under RFI FA862815CB52RADAR_VERSION2. The Government will use this additional information to support a formal analysis of alternatives (AoA) for the B-52 radar modernization program (RMP), to include cost estimation. 1.2 THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the U.S. Government to contract for any supply or service whatsoever. Furthermore, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this requirement. 2.0 Background 2.1 The overall AoA objective is to inform decision makers about the cost-effectiveness, risk, and military worth of RMP alternatives in the 2020 and beyond timeframe. The specific objectives of the AoA are to: •· Analyze how the reliability of each alternative will impact operational effectiveness. •· Analyze how the capabilities of each alternative impact operational effectiveness. •· Analyze and characterize the potential radar-replacement alternatives to enable decision makers to determine the best approach and strategy forward for the acquisition program and to understand the pros and cons of each alternative. •· Provide an understanding of which alternatives can satisfactorily provide the required baseline functions of the AN/APQ-166 and are otherwise satisfactory for additional consideration based on potential integration risk. •· Provide an understanding of which of the above alternatives also provide the required additional capabilities identified in gap analysis. •· Identify the integration risks of each alternative. •· Complete a draft Capabilities Development Document (CDD) to be an input to the post-Milestone A Request for Proposal (RFP) supporting the Technology Maturation and Risk Reduction (TMRR) phase. •· Develop Life Cycle Cost Estimates (LCCE's) for each alternative, including labor and material costs at the Line-Replaceable-Unit (LRU) level. The AN/APQ-166 radar system currently installed on the B-52H fleet was originally fielded in the 1950s, last upgraded to its present configuration in the early 1980s, and is approaching the end of its useful life. The RMP will replace the AN/APQ-166 radar installed on the B-52H with a fully supportable system that maintains all current B-52H mission functions, incorporates the additional capabilities of ground moving target indicator/moving target track, surface target search/surface target track and electronic protection, and provides a growth path for new and enhanced capabilities. Current B-52H radar mission tasks include: •· Conduct air-to-air situation awareness (radar trail, formation station keeping, tanker rendezvous, etc.) •· Conduct weather avoidance maneuvering •· Conduct navigation in conventional and nuclear environments •· Conduct targeting in conventional and nuclear environments •· Sustain and Maintain the Strategic Radar 2.2 Planned Production: A total of 76 aircraft would require retrofit with the new radar system, along with spares. Trainer upgrades are yet to be defined. 2.3 Delivery Period: Initial production kit deliveries will take place around FY22 and continue until all aircraft are retrofitted. 2.4 Limitations: Between 17 and 24 aircraft may be retrofitted in any given year. 2.5 For B-52H classification issues, please consult the B-52H Weapon System Master Security Classification Guide, 2 September 2008. For a copy of the guide or to receive clarification please contact: B-52 System Program Office AFLCMC/WWVO Attn: Security Manager 3001 Staff Drive STE 2AG1-91A Tinker AFB OK 73145-3021 B-52 Security Manager Email: ocalc.gkd.workflow@us.af.mil B-52 Security Manager Name: Rita Johnson (405) 734-7158 3.0 Requested Information 3.1 Responders shall provide the additional technical, performance and cost information on their prospective radar system(s) listed in the attached spreadsheet (Additional_Information_Request_Matrix.xlsx) 3.2 A limited-release data file is available to DoD and US DoD contractors only. The file contains responder-requested information that was not provided before in a password-protected file. Send requests for this data file to the technical POC, Mr. Anthony Beyer, at anthony.beyer@us.af.mil. 3.3 Previously requested information that was not provided by the responder due to classification concerns may be included in this submittal. Requested information that was previously provided by the responder may be noted in this submittal. 3.4 Responders may submit additional information such as graphs, pictures, videos, reports or other data. 4.0 Responses 4.1 Interested parties may respond to this RFI with a white paper, however, completion of the attached spreadsheet is the preferred submittal format. 4.2 White papers and/or spreadsheets in Microsoft Office 2010-compatible format are due no later than 22 January 2015, 1630 EST. Responses shall be submitted to: AFLCMC/WWB Attn: Ms. Maria Cassidy Area B, Bldg 553 2725 C Street Wright-Patterson AFB, OH 45433-7424 Please include two complete, hard-copies of the response, along with one soft copy on CD or DVD. Proprietary information, if any, should be kept to a minimum, and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary or classified information as much as practicable. Be advised that no submissions will be returned. 4.3 The government support-contractors listed below will need to review and evaluate the white papers submitted. All have non-disclosure agreements (NDAs) in place as part of their contracts with the government. MCR LLC, Larry Cooper, 937-713-7579, larry.cooper.8.ctr@us.af.mil MCR LLC, Greg Spahr, 937-713-7561, gregory.spahr.ctr@us.af.mil TetraTech AMT, Dave Wiley, 937-713-7564, david.wiley.6.ctr@us.af.mil TetraTech AMT, Walter Whitaker, 937-713-7560, walter.whitaker.ctr@us.af.mil Booz Allen Hamilton, Anthony T. Parlati, 757-764-3288, anthony.parlati.ctr@us.af.mil Booz Allen Hamilton, Thomas McCauley, 937-259-2550, thomas.mccauley.5.ctr@us.af.mil Booz Allen Hamilton, Andrej Ciric, 757-225-7370, andrej.ciric.ctr@us.af.mil Booz Allen Hamilton, Steve Szymanski, 937-904-4424, steven.szymanski.3.ctr@us.af.mil Booz Allen Hamilton, Paul Thomasson, 757-225-7370, paul.thomasson.ctr@us.af.mil Booz Allen Hamilton, Elizabeth White, 719-433-8133, white_elizabeth@bah.com Booz Allen Hamilton, Wesley Ehninger, 937-904-5604, wesley.ehninger.ctr@us.af.mil Campaign Consultants, David Thompson, 937-904-7060, david.thompson.70.ctr@us.af.mil Leidos, Paul Hannen, 937-431-4304, paul.j.hannen@leidos.com Leidos, Mike Sutton, 937-904-7048, michael.sutton.8.ctr@us.af.mil 4.4 The responder's submittal shall provide administrative information, and shall include the following as a minimum: 4.4.1 Name, mailing address, overnight-delivery address (if different from mailing address), phone number, fax number, and e-mail of designated points of contact. 4.4.2 A statement that the Responder will allow the Government to release its proprietary data to the above named Government-support contractors based on existing contractual NDAs. In the absence of the aforementioned, the Government will assume that the Responder does NOT agree to the release of its submission to Government-support contractors. 4.5 All classified information delivered is required to be in compliance with the National Industrial Security Program Operating Manual (NISPOM) DoD 5220-22-M requirements. 4.5.1 Classified information (collateral Secret only) may be submitted to Mr. Anthony Beyer at the same address as Ms. Cassidy above or hand delivered to Mr. Beyer in Building 553, Room 110. 4.5.2 Responders who would like to submit classified information above Secret (including special access information) should contact the organization below: Aircraft Systems Branch AFGSC/A5ZA 245 Davis Ave East Ste 348 Barksdale AFB LA 71110 (318) 456-4323 5.0 Industry Discussions AFLCMC representatives may or may not choose to meet with responders. Such discussions would be intended only to obtain further clarification of responses provided. An industry day is currently planned for 23 January 2015 at Wright-Patterson AFB, OH. Responders interested in participating must contact Mr. Beyer at anthony.beyer@us.af.mil for more information regarding times, location and submittal of classified visit requests. 6.0 Questions Questions regarding this announcement shall be submitted by e-mail to the Contracting point of contact, Ms. Maria Cassidy, maria.cassidy@us.af.mil. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information. 7.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY, solely to gather technical and performance information. The information provided in the RFI is subject to change and is not binding on the Government. The Air Force has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA862815CB52RADAR_VERSION2_FOLLOWUP/listing.html)
 
Place of Performance
Address: 2275 D Street, Wright-Patterson AFB, Ohio 45433-7218, United States, Wright-Patterson AFB, United States
 
Record
SN03621609-W 20150123/150121235517-2b1eb542fbdda5cfab0c2f91a863b63c (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.