Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
SOURCES SOUGHT

N -- FMS Block 45.1 Modification

Notice Date
9/12/2017
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
FMS_Block451_Modification
 
Archive Date
10/28/2017
 
Point of Contact
William L. Loftis, Phone: 4057367489
 
E-Mail Address
William.Loftis@us.af.mil
(William.Loftis@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) Turkish Air Force C/KC-135R Communications, Navigations, Surveillance, and Air Traffic Management Systems (CNS/ATM) Block 45.1 Avionics Modification Program INTRODUCTION This Request for Information (RFI) is for modification of the Turkish Air Force (TurAF) KC-135R aircraft. There is no solicitation available at this time. This RFI is published for Market Research purposes only. Participation in this RFI is optional and not required in order to respond to any subsequent procurement this Contracting Agency may take. Any information used will be on a non-attribution basis. Restrictions that would limit the Government's ability to use the information for these purposes are of limited value to the Government and are discouraged. There is no commitment by the Government to issue a solicitation, to make an award or awards, or to be responsible for any monies expended by any interested parties in support of any effort in response to this RFI. Any information submitted in response to this RFI is strictly voluntary. This RFI is strictly for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. All documentation shall become the property of the Government. Unless otherwise stated herein, no additional information is available. PURPOSE The C/KC-135 International Programs Branch, AFLCMC/WKDI, Tinker AFB, OK, is conducting market research to determine the cost and schedule for nose-to-tail (back-to-back) modification (installation) services of seven KC-135R foreign owned aircraft belonging to our Turkish Air Force foreign military partners. The purpose of this request is to acquire capabilities of qualified firms who have the technical expertise, systems integration ability, and skill sets required to perform the described CNS/ATM Block 45.1 aircraft modifications. The CNS/ATM Block 45.1 modification consists of legacy component removal/replacement and/or modifications that will provide aircraft enhancements and mitigate capability gaps anticipated due to expected airspace restrictions of Communications, Navigation, and Surveillance/Air Traffic Management System (CNS/ATM), resolve mission suitability shortfalls, shortcomings in reliability, maintainability, and supportability. Block 45.1 involves replacing (1) Digital Flight Director (DFD) including Angle of Attack (AOA); (2) Radar Altimeter (RA); and (3) Autopilot (AP). TurAF Block 45.1 also requires installation of GATM software, Universal Serial Bus (USB) Panels, APX-119 Receiver-Transmitter software, Common Computing Module (CCM) software and Identification Friend-or-Foe (IFF) Mode software, as well as Mode 5 capability install and ACP CP 2024A and CP 2024C communication processor removal/installation. In addition to the aforementioned requirements, the government would ask that responders provide National Security Agency (NSA) certified security storage facility for Cryptographic Controlled Item (CCI) and Communications Security (COMSEC) items, refuel/defuel, hangar/ramp space capability analysis for the aircraft and ground support equipment, as well as meeting room to accommodate Defense Contract Management Agency (DCMA) personnel and KC-135R/T qualified pilots who will perform Quality Assurance/Inspection functions, Acceptance Flight Checks (ACF), etc. for each aircraft following each modification completion. It is the intent of AFLCMC/WKDI to acquire and provide as Government Furnished Material (GFM) required parts and components in complete kits and packages to be installed. The firms should be well established and have a history of performing modifications and providing such systems on C/KC-135R/T aircraft. This information is for the purpose of identifying potential sources and does not commit the government to make an award and/or issue a solicitation. Interested and qualified firms should submit pertinent information of their capabilities to provide the above mentioned systems, including company name, address, telephone number, and contact point. Potential sources must be able to provide for full integration capability with existing Block Modifications of systems to include Avionics, Communications, Global Air Traffic Management (GATM), and future modification efforts relating to Integrated Global Management. It is considered critical for any potential source/firm to be able to work in a cooperative/collaborative environment with other sources/firms to insure total integration into the weapon system. Each potential source/firm is hereby advised of a probable requirement to work with other contractors to successfully accomplish the Block 45.1 Modification effort. Contractors may use commercial products or existing government inventories to provide the best value solution using processes and practices to reduce cost, schedule and performance risks. The proposed Acquisition Strategy for this effort is presently in a developmental stage (and therefore subject to change), but presently calls for a competitive environment which would result in award of a services contract for the Modification Installation. DESCRIPTION What are the issues associated with the current design/baseline? The Turkish Air Force has 7 KC-135R aircraft that are currently configured with GATM Avionics and want to match the USAF's current CNS/ATM Avionics configuration. What function will the proposed modification provide? The modification will provide the TurAF with the same side-by-side configuration and capabilities as the USAF. Are there any NSNs affected by this modification? The modification is affected by required kits to include hardware, software, parts and components which shall be provided to the contractor by the C/KC-135 International Programs Branch, AFLCMC/WKDI, Tinker AFB, OK. What standards (e.g. wiring standards, production standards) must be complied with to meet this requirement? All required standards will be further explained in the performance work statement after ROM has been received and request for proposals are sent out. Any other descriptive information the contractor needs to be able to respond to the RFI. The above mention requirements fall under various NAICS codes. Provided below are the MAIN codes to be concerned with. 238210, 334511, 336411, 336412, 336413, 488190, 541330, 541614, 541712 and 611512. DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. All responses must be unclassified. RESPONSE Responses shall address: •1. Technical details: •a. Components/methods to perform Block 45.1 installations •b. Description and rationale of proposed system capabilities and operation •c. Details of proposed replacement methods to include, but not limited to, items such as electrical, hydraulic power system requirements, airworthiness certifications actions completed, current usage on other systems or in development, logistics support requirements/availability (support equipment, tech data, training, pro and cons etc.). •2. Install Schedule (back to back no interruption). •3. Kit Installation Cost break out to include CCM and IFF Test Set hardware/software upgrades to TS-4530A. •4. Capability to launch/recover, defuel/refuel aircraft, secure COMSEC assets and associated kits and components, provide hangar/ramp space and provide pilot support to complete acceptance check flight requirements after each modification. •5. Maximum aircraft modified per year. •6. Any other additional information and/or requirements. All responses will be used to develop the proper implementation of the Government Acquisition Strategy. It is not recommended the potential sources/firms supply any proprietary information in response to this RFI. Any proprietary information provided shall have the appropriate restrictive legends. The Government will use any/all information received to encourage competition and teaming for a successful modification program. It is anticipated a pre-solicitation conference will be held in order to ensure total availability of information to all prospective offerors. Requested Information includes: Estimated Cost (Rough Order of Magnitude ONLY) Past performance of similar modifications Limitations/requirements imposed by location of facilities Schedule for modification and delivery Any teaming/collaborative arrangements suggested Any additional innovative, creative, or alternative approaches that would satisfy the Government's requirements Any additional cost/schedule inputs deemed important for the Government to consider The information you provide may be used by AFLCMC/WKDI to ascertain and develop technical and programmatic acquisition approaches and/or strategies. Data obtained from this request will be considered and may be used for advanced planning, program phasing, and to define tailored technical requirements. As such, your inputs should not be restrictive or proprietary in any fashion. Although the identification of the contributing companies will not be divulged outside the Government, the Government reserves the right to use in whole or part any industry information received as a result of this RFI as part of a future acquisition strategy. Your participation in the RFI will not affect your company's position during any solicitation, nor will this RFI be used as criteria for the prequalification of respondents for future solicitations. Period of Performance: We are contemplating awarding a 3-year contract. Can you accurately reflect your costs for this Period of Performance? Are there any concerns regarding this period of performance? What incentive programs does your company feel will accelerate schedule and reduce cost? Do you feel there is enough time to complete all modifications? What schedule would best represent realistic schedule goals? What do you envision as the program risks (technical, cost, schedule)? Include associated rationale. How could the risks be minimized? Describe metrics that should be employed during each phase of performance. Describe the frequency and method of data collection associated with metrics and incentives or remedies (positive and negative) associated with the metrics. Explain your anticipated warranty terms and conditions. Do you have any? Informational requirements: How many facilities would be required to successfully meet 7 A/C installations? Are there any innovations that support reduction of cost and schedule risk? Do you anticipate issues that could cause delay in the modification process? Are there any additional initiatives industry proposes to assist in meeting schedule that are within or lowers cost parameters and schedule risk? As a small or large business, do you believe conditions exist for a small business set-aside in accordance with FAR 19.502-3(a) for any portion of the requirement described above? If yes, please indicate which portion of the requirement and the most appropriate NAICS code for each portion. Of the portion of work you identified as having the potential to be small business set-aside, are you most interested in performing as a prime contractor or subcontractor for the requirement described above and indicate whether you would qualify as a small or large business under the NAICS code you believe is most appropriate? If you are a small business, of the portion of work you identified as having the potential to be partially set-aside, are you capable of performing at least 50% of the work, in order to comply with FAR Clause 52.219-14, specifically 52.219-14(c)(1), "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern." If you are a small business interested in performing a portion of the requirement as a set- aside, provide a brief summary of your company's experience and past performance within the past three years as a prime contractor as it relates to the magnitude of this anticipated requirement and/or the portion of the work you identified as having the potential to be partially set-aside. If a large business, relative to NAICS Code 336413 and 334511, submit the reasonable expectation of subcontracting opportunities for small business concern(s) to provide materials, parts and/or services in support of your capabilities to remanufacture of B-1 Electro-mechanical Actuator. Do you have any other thoughts or suggestions on ways to increase small business participation in this requirement? Interested firms should also include the following in their response: - Company Name and address - CAGE Codes (if available) - Point of Contact - Size of Business (i.e. Large/Small business, Small Disadvantaged Business, 8(a) concerns, Minority-owned business) - U.S. or Foreign Owned Entity Submit response (along with any supporting documentation) directly to: AFLCMC/WKKPA Attn: Barbara Morbley / barbara.morbley@us.af.mil CC: William Loftis / william.loftis@us.af.mil 3001 Staff Dr. STE 2AI 85A Tinker AFB, OK 73145-3020 Or, respondents may respond via electronic transmission (e-mail) to barbara.morbley@us.af.mil or william.loftis@us.af.mil Questions should be directed to Barbara Morbley or William Loftis via e-mail or by phone at 405-739-3131 or 405-739-7489. PLEASE PROVIDE AN ELECTRONIC COPY OF SUBMITTED INFORMATION TO THE POINT OF CONTACT LISTED ABOVE NO LATER THAN 30 days from release of RFI
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FMS_Block451_Modification/listing.html)
 
Place of Performance
Address: 3001 Staff Dr. STE 2AI 85A, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN04674021-W 20170914/170912232819-701b2d002c0924fe4d03ea337ab271ae (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.