Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2017 FBO #5875
SOLICITATION NOTICE

69 -- P5CTS/TCTS

Notice Date
12/22/2017
 
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, AFLCMC/EBYK - Eglin, 314 Choctawhatchee Ave, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA8678-xx-x-xTBD
 
Point of Contact
Terri C Brown, Phone: 8508833404, Joann Denise Darlington, Phone: 8508831764
 
E-Mail Address
terri.brown@us.af.mil, joann.darlington@us.af.mil
(terri.brown@us.af.mil, joann.darlington@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Notice: 1.1. This is a combined Sources Sought Synopsis and Request for Information (RFI). This is not a request for proposal, invitation for bid, request for proposal abstracts or quotations, or an announcement of a solicitation; it is only intended to obtain information for planning purposes only. There is no bid package or solicitation document with this announcement. Response to this Sources Sought Synopsis and RFI is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a competitive solicitation is released. The Government does not intend to pay for the information solicited. The Government will not pay for the information solicited. No entitlement to payment of direct or indirect costs or charges will arise as a result of preparing submissions in response to this sources sought and RFI or the Government's use of the information provided. The Government is not liable for any costs incurred by any respondent to prepare and/or submit its response to this synopsis/RFI or subsequent submittals of information. This notice DOES NOT in any way restrict the Government to an ultimate acquisition approach. The Government encourages all responsible and capable businesses, including small businesses, to respond to this Sources Sought Synopsis and RFI. Respondents to this Sources Sought Synopsis and RFI may be requested to provide additional information/details based on their initial submittals. Submittals will not be returned to the sender. 1.2. This RFI is published to obtain information for use by the Armament Directorate, Test and Training Division, Range Systems Branch (AFLCMC/EBYC), Eglin AFB, Florida, for market research and planning purposes only. AFLCMC/EBYC is conducting market research to determine potential sources for P5 Combat Training System/Tactical Combat Training System (P5CTS/TCTS) Production and Updates. The NAICS code of 334511 is envisioned, please see below paragraph 5.2, Section E, paragraph 6. 2. System Description: 2.1. The P5CTS/TCTS provides realistic air combat training to the warfighter. This training capability is accomplished through a data link network formed by instrumentation on high activity participant aircraft. The System is capable of both rangeless and ground-based Live Monitor (LM) operations (when used with Ground Subsystem components). The aircraft instrumentation pod transmits state vector information for aircraft motion and location generated from Global Positioning System (GPS) tracking. The System is capable of executing Government-furnished weapon simulations IAW Government Interface Control Documents (ICDs) and provides real-time removal notification of exercise participants. 2.2. The System currently includes an Airborne Subsystem (AS) (pod) and a Ground Subsystem (GS). The AS is the source of all tracking data during a live mission, transmitting aircraft state vector information between participants and to the GS. The GS currently includes a Transportable Ground Subsystem (TGS), with and without Live Monitor (LM), a Portable Ground Subsystem, and a Fixed Ground Subsystem (FGS) with LM. A GS with LM capability utilizes one or more Remote Range Units (RRUs) for relaying data to/from the GS and AS through a Government-furnished certified ground guard. 3. System Requirements: 3.1. The production of additional P5CTS/TCTS Airborne and Ground Subsystems are required to continue support user fielding requirements, as well as other requirements (e.g., next-generation training system research efforts). Additionally, the P5CTS/TCTS requires updates to continue the Air Combat Training Capability until 2030. The P5CTS/TCTS, as modified and supported, must continue to provide mission planning and network forming capability that allows for successful manual and autonomous operations of the system at all existing operational range locations with no degradation of performance. Effort includes development, test, production, deployment and training for the new P5CTS/TCTS capability. Inclusive in this scope is production of baseline and modified P5 systems (both sotware and hardware), studies and and analyses, modeling and simulation, training, and aircraft integration. 3.2. System engineering and development is included. 3.3. The successful offeror is expected to perform the roleof lead "system integrator" for the P5CTS/TCTS and accept performance responsibility for the baseline and, potentially, updated system. This role includes implementing changes via seamless integration of capabilities into the existing Air Force/Navy P5CTS/TCTS and supporting infrastructure, and managing interface compatibility with existing contractor proprietary and Air Force/Navy display systems, fundamental to the mission, all without any degradation of current capability. The successful offeror is expected to integrate new software/hardware configurations into the P5CTS/TCTS functional, allocated and product baselines as part of this acquisition. 3.4. Interested parties are expected to have the necessary itellectual property and manufacturing capacity to respond to ad hoc requirements as field needs dictate and to support production and delivery of P5CTS/TCTS with limited leadtime. Likewise, interested parties are expected to establish subcontracts, associate contractor agreements, non-disclosure arrangements, and interfaces with other contractors and government agencies as required to: a) perform tasks necessary to ensure modifications to the P5CTS/TCTS, its interfaces, and subcomponent integration meet the system performance requirements in accordance with established specifications; b) enable free exchange of information, both proprietary and nonproprietary; and c) resolve problems to prevent schedule delays, performance degradation, and/or increased costs. 3.5 Requirement Produce, test, and deliver P5CTS/TCTS Airborne and Ground Subsystems, to include resolution of obsolescence components, if any, discovered during the production process. Accomplish systems engineering and development efforts to include, but not limited to: integration of updated weapon simulations, updates to the AS to provide aircraft enhanced airborne instrumentation interfaces, integration of aircraft operational flight programs, and the ability to allow loading of selected weapon simulations. Other system modifications to correct and/or provide enhanced system capabilities include, but not limited to: Global Positioning System (GPS) denied (Pod/RRU), adjustable Datalink Transceiver (DLT) Power Amplifier (PA), Centralized control of displayed GPS/Universal Time Coordinated (UTC), Capability to share Remote Range Unit (RRU) data between ranges, and Display of salient pod BIT (built in test) data on JDS/ICADS (Individual Combat Aircrew Display System. Modification efforts shall also include those to extend service life (potentially to 2030), Correct operational or maintenance deficiencies, and Provide enhanced ease of maintenance. Systems engineering and technical support/services include, but are not limited to: analyses and studies, on-call and on-site support for operational units, special operational engineering, retrofits, interface control, software tools/interfaces/displays support, aircraft compatibility, site surveys/installation, training, failure analyses and system safety. 4. Known Constraints: 4.1. Government Furnished Information (GFI): 4.1.1. Limited data rights apply for the AS and Peculiar Support Equipment (PSE) drawings; thus, very few non-proprietary drawings are available. No GS drawings are available. 4.1.2. AS and GS functional and allocated specifications (hardware and software) and field-level technical orders are available. 4.1.3. LM software source code is available "as is"; all other software is available as executable code only. 4.1.4. No Government-owned Technical Data Package (TDP) or source code is available for the Individual Combat Aircrew Display System (ICADS). The ICADS TDP is owned by Cubic Defense Applications, Inc, 8333 Balboa Ave, San Diego CA 82123. 4.2 The Period of Performance for contract(s) awarded for this effort is expected to be approximately up to 5 years (and may be satisfied with orders on an Indefinite Delivery, Indefinite Quantity IDIQ contract of 5 years duration). 5. Statement of Capabilities (SOC) Required Content: 5.1. Each interested party shall submit a SOC that provides specific, relevant evidence demonstrating knowledge and ability in satisfying the requirements in Paragraph 3, and addresses each of the following subparagraphs in relation to the Paragraph 3 requirements: 5.1.1. Anticipated development, production and fielding approach for orders, and associated constraints. 5.1.2. Experience with or demonstrated ability to perform combat training system integration and site installation at Air Force/Navy training ranges, to include integration with range infrastructure (e.g., GS, Electronic Warfare (EW) servers, Radiant Mercury (RM), etc.). 5.1.3. Capabilities in logistics support of the P5CTS/TCTS. 5.1.4. Current Capability Maturity Model Integration (CMMI) level for software development. 5.1.5 Organizational structure and processes to support architectural approach. 5.1.6 Security. Current capability to identify security impacts of P5CTS/TCTS changes to relevant system software; facility capability to develop secure mature software; Cybersecurity certification knowledge and abilities; capability to identify and characterize Radiant Mercury (Cross Domain Solution) changes required to implement Advanced Digital Interface Unit (ADIU) and FW (firewall) changes. 5.2. SOC Format: Interested parties are requested to submit their SOC in the form of a White Paper, a maximum of 10 single-sided pages with text no less than 12-point font (Arial or Times New Roman) and a minimum of one-inch margins in Microsoft® Word, Adobe® PDF or compatible format. Do not include photos or references as part of the package. Number and title each paragraph in your response to align with each subparagraph under Paragraph 5.1, ensuring that all Paragraph 3 requirements are addressed. If no specific area knowledge/capability exists, indicate as such in your response. Format white papers as follows: Section A: Title, Name of Company, Name, Telephone Number, Email Address for a Point of Contact; Contractor Commercial and Government Entity (CAGE) Code, Data Universal Numbering System (DUNS) number, and business size (e.g., a US company, large business, small business, small disadvantaged business or women-owned small business) for this requirement's NAICS code 334511. The Government will use this information to determine if there are interested and qualified sources. If you believe another NAICS code applies, please identify this in your response (see Sec E(6)). Those desiring to do business with the Air Force must be registered in the Government's System for Award Management system located at https://www.sam.gov. Section B: Background: Brief history highlighting past relevant experience/capability in designing, developing, testing, integrating, and producing Air Combat Training Systems (ACTS). Interested parties shall respond based on all paragraphs above and identify number of years and specific systems. Section C: Capabilities: Identify how you will use existing capabilities to satisfy each specific requirement in Paragraphs 3 and 5. Specify your knowledge of, and capabilities with ACTS. Section D: Workarounds Where Capabilities Do Not Exist: For each paragraph where capabilities do not exist, identify how you will satisfy the requirements. Should your firm be capable of performing a majority of the effort but not all, specifically describe the effort you could perform. Address in detail all workarounds required to overcome the lack of a complete hardware and software TDP and the lack of software and firmware source code. Section E: Please provide answers to the following questions, which will help the Government determine its acquisition strategy: (1) If interested in competing for this requirement, would you be proposing as a Prime Contractor or participating as a Subcontractor? Would your company partner with other companies, and if so, who? Specify which firms are US-owned and which are foreign-owned (foreign participation is permitted). (2) What risks or concerns do you see with this acquisition and what are your suggested mitigation strategies? (3) Do you have any questions, comments, or suggestions that you would like to share with us? Note that any response may be shared (as applicable, if not proprietary) with other potential offerors out of fairness. (4) Identify your Technology Readiness Level of software for proposed solution. (5) What schedule do you foresee to allow for your firms full capability to be available? The Government has a need date to support the P5CTS/TCTS up to approximately 2030. (6) The NAICS code of 334511 is envisioned. Should your firm believe a different NAICS code is appropriate, please provide the rationale with your recommended new NAICS and your size status in relation to the new code. NAICS code 334511 is Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing (size standard: 1,250 persons). Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. (7) Identify any Government Furnished Property you require to perform this effort. 6. Government Advisors: Respondents to this RFI are advised that proprietary, confidential, or privileged commercial data submitted as part of your response may be released to the following non-Government advisors supporting the Government in this acquisition: Jacobs Technology, Qualis Incorporated, Odyssey Systems, Integrated Process Technology (IPT), MacAuley-Brown Inc, DCS Corporation, ALION Science and Technology, Oasis, Booz Allen, Science Applications International Corporation (SAIC), CGW Technologies, Inc, and Bering Sea Environmental, LLC (BSE). Although the Government's contracts with these advisors require non-disclosure agreements, please indicate in your response to this RFI any objections you may have to the use of these advisors. For each objection, if any, provide the name of the advisor, specify the basis for the objection, and identify the specific portions of the response the respondent objects disclosing to the non-Government advisor. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Respondents are responsible for protecting proprietary information at the appropriate classification level. Proprietary information will be safeguarded in accordance with the applicable Government regulations. 7. Classification and Restrictions on Submittals: Information associated with this effort is unclassified. If respondents wish to restrict distribution of White Papers, they must be marked appropriately. Interested parties should mark all responses accordingly and review to ensure consideration of operational sensitivities prior to submission. The Government will post responses to questions that are broadly applicable to all potential offerors on the Federal Business Opportunities (FedBizOpps) website. 8. Administration: Comments, questions and SOCs shall be electronically submitted to the Contract Specialist, Ms J. Denise Darlington, at Joann.Darlington@us.af.mil ; phone (850) 883-3404 and (850) 883-3365 (please call both and leave messages during December timeframe); or via regular mail to AFLCMC/EBYK, Attn: Ms Darlington, 102 West D Ave, Bldg 11/Suite 5, Eglin AFB, Florida, 32542. Please annotate the subject line of e-mail responses as: P5CTS/TCTS Updates RFI Response. Responses are due not later 1600 hours (4:00 pm) Central time, 12 Jan 2018. At the sole discretion of the Procuring Contracting Officer, any responses received after this date and time may not be considered. An Ombudsman has been appointed to address concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified. The Ombudsman is Lt Col Kenneth Decker, AFLCMC/AQ-AZ, located at 1790 10 th St., Wright Patterson AFB, FL 45433. Lt Col Decker may be contacted via email at kenneth.decker.1@us.af.mil or phone number (937) 255-5512. Contracting Office Address: AFLCMC/EBYC (PCO) 102 West D Ave, Bldg 11/Suite 5, Eglin AFB, Florida, 32542 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8cf66c2c94146d7cb78a7d1e00e6c152)
 
Place of Performance
Address: TBD based on offerors, United States
 
Record
SN04775231-W 20171224/171222230832-8cf66c2c94146d7cb78a7d1e00e6c152 (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.