Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
MODIFICATION

16 -- T-1A Avionics Modification Program (AMP) - Draft RFP

Notice Date
6/29/2016
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
FA8106-16-R-0004
 
Point of Contact
Ronald A. Hobbs, Phone: 4057367124, Michelle D. James, Phone: 7398516
 
E-Mail Address
ronald.hobbs@tinker.af.mil, michelle.james@us.af.mil
(ronald.hobbs@tinker.af.mil, michelle.james@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Draft RFP Pre-Solicitation Agenda (For Reference Only) Attachment A - Statement of Work Attachment I - GFP Attachment Attachment H - DIDs Attachment G - CDRls Attachment F - Section M Attachment E - Section L Attachment D - SRD Evaluation Table Attachment C - Pricing Matrix Attachment B - SRD Update: 29 JUN 2016 The most current version of the Draft RFP is attached. Further, the Agenda for tomorrow's pre-solicitation conference is attached. Please ensure only the attendees that have been previously authorized per Mrs. James attend the pre-solicitation conference. If more lines than authorized are utilized the conference will be automatically disconnected by the "meet-me" system. Ronnie Hobbs PCO Update: 24 JUN 2016 T-1 Avionics Modification Program (AMP) Pre-Solicitation Conference In anticipation of the official RFP release, the government is holding a pre-solicitation conference by teleconference on 30 JUN 2016 from 1-4 PM CST. To secure your ability to attend this event and receive the teleconference access instructions, a request to attend must be provided to Mrs. Michelle James, michelle.james@us.af.mil by email only; no phone calls please. The intent of this pre-solicitation conference will be to enable the Program Manager, Contracting Officer, and other participants in the acquisition process to resolve concerns regarding the terms and conditions, statements of work, and data requirements; the suitability of the proposal instructions and evaluation criteria, including the approach for assessing past performance information; the availability of reference documents; and any other industry concerns or questions. This visit will include a question and answer session at the conclusion of the conference - no one-on-one sessions with the Government will be conducted at this event. Due to technological constraints and time limitations, the conference will be limited to no more than forty (40) attendees. Therefore, please consolidate participation to as few lines as possible from each company. Please provide the following minimum information for access to the meeting when expressing intent to attend the upcoming conference: Company Information: POC name, title, address, telephone number, facsimile number, and e-mail address Company name Company address Size status for NAICS 336411 DoDACC All requests to attend must be received NLT 4:00 PM CST 28 JUN 2016. All questions and comments must be in email, no telephone calls or in-person meetings are permitted at this time. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government, or for travel to this site visit. The Acquisition Team is currently working towards a release of the finalized draft documents on Monday 27 JUN 2016. The team was working to an official RFP release date of 27 JUN 2016, however chose to do a pre-solicitation conference vs. a pre-proposal conference to eliminate potential revisions during the RFP response period. Update: 15 JUN 2016 The Acquisition Team has updated the Request for Proposal documents and uploaded the most current draft versions. Please note, these are DRAFT documents and subject to change upon formal RFP release. Please ensure you review the FINALIZED documents at official RFP release. Update: 20 MAY 2016 The Acquisition Team has reviewed questions received in response the Industry Day and Request for Information. Please see the updated Question and Answer attachment. Note-This attachment supercedes the previous Q&A posting on 23 MAR 2016. Update: 6 MAY 2016 Pre-Solicitation Synopsis: 1. Estimated issue date is 27 JUN 2016, and Estimated Close date is 11 AUG 2016 A written response will be required for the Request for Proposal. The anticipated award date for this acquisition is April 2017. Electronic Procedures will be used for this solicitation. 2. RFP# - FA8106-16-R-0004 3. PR# - TEMP-2577522 4. Nomenclature/Noun - T-1A Avionics Modification Program (AMP). This includes complete replacement of the T-1A Avionics Suite. In addition, this effort includes modification of the Parts Test Trainers (PTT) and the Operational Flight Trainers (OFT) simulators. Initial Training as well as Interim Contractor Support (ICS) will be required for a period of time after installation. 5. Small Business - 100% Small Business Set-Aside 6. PN - N/A 7. Application (Engine or Aircraft) - T-1A Aircraft Avionics Modification Program (AMP) 8. AMC - N/A 9. History - The T-1A is a commercial derivative aircraft of the Hawker Beechcraft 400A (Jayhawk) and is FAR Part 25 certified (Type Certificate Data Sheet A 16SW). The aircraft is used to train Air Force Pilots and Combat Systems Officers (CSO). The USAF has 178 active T-1A aircraft at the following bases: Vance AFB, Randolph AFB, Laughlin AFB, Columbus AFB and NAS Pensacola. 21 aircraft have been designated as CSO training aircraft and have been modified to meet mission requirements. The T-1A is supported by 16 simulators, which are stationed at each base. This is the first time acquisition of a full suite replacement for the Avionics System. 10. Description/Subject - The North American Industrial Classification System (NAICS) code is 336411, size standard <1500 employees. Major logistics elements will include, but are not limited to, replacing the avionics suite as defined in the requirements document for the T-1A Aircraft. The Classification Code is 16 Aircraft Components & Accessories. The Principal Place of Performance for this effort will be at the contractors facility for the aircraft modification. Some performance will occur on Government Installations for the OFT and PTT. The performance periods for this acquisition will be based on completion of events rather than dates. However, it is estimated the basic period of performance for this acquisition will be approximately 18 months with six (6) one-year options. The basic will include requirements for the contractor to perform Non-Recurring Engineering (NRE) on the commercial avionics solution and obtain the required FAA Supplemental Type Certificate (STC). The option periods will include requirements to perform full rate installation based on a pre-determined installation schedule for aircraft and simulators. 11. Mandatory Language: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at 405-736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. 12. Export Control - N/A 13. UID Requirements - If the unit acquisition cost exceeds $5,000.00 then UID Requirements will apply. 14. Buyer name, phone#, email address, and mailing address - Ronnie Hobbs, 405-736-7124, Ronald.hobbs@us.af.mil 3001 Staff Drive, Post 1AE1103C Tinker AFB, 73145 Update: 23 MAR 2016 The Government has reviewed the questions submitted in response to the Draft RFP. Please see the attachment titled "DRAFT RFP Responses to Industry". There are a few questions the Government is still reviewing and formulating answers. They will be posted as quickly as possible. Update: 8 FEB 2016 The Government would like to thank everyone for attending the Industry Day held at JBSA-Randolph. We received several great questions. The team has taken the time to review and formulate answers to the questions submitted during the industry day. Please see the attached package, titled "T-1 Industry Site Visit Questions". Also, the charts from the day have also been posted. They can be found under the title "T-1 Industry Site Visit Charts." Please let us know if you have any questions. We are currently reviewing the questions submitted in response to the Draft RFP and will have comments back to industry as quickly as possible. RAH Initial Posting: Draft RFP The T-1A is a commercial derivative aircraft of the Hawker Beechcraft 400A and is FAR Part 25 certified. The aircraft is used to train Air Force Pilots and Combat Systems Officers (CSO). The USAF has 178 active T-1A aircraft at the following bases: Vance AFB, Randolph AFB, Laughlin AFB, Columbus AFB, and NAS Pensacola. Of the 178 aircraft, 21 have been modified to support CSO training. The T-1A is supported by 16 simulators and 14 part task trainers, which are stationed at each base. The Government is issuing a draft RFP and site visit announcement for modification of the T-1A Avionics system. The Government requests industry input regarding the draft RFP no later than 4 February 2016. Site visit registration must be completed no later than 8 January 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8106-16-R-0004/listing.html)
 
Place of Performance
Address: Contractor Facility, United States
 
Record
SN04165790-W 20160701/160629234710-1794deb194e1b223949e11df10f61da1 (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.