Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 06, 2004 FBO #0923
MODIFICATION

15 -- T-38C Escape System Upgrade Program (ESUP)

Notice Date
6/4/2004
 
Notice Type
Modification
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
BLDG 11A, Room 201-I 1970 Monahan Way WPAFB, OH, 45433
 
ZIP Code
45433
 
Solicitation Number
FA8617-04-R-6154
 
Archive Date
7/30/2005
 
Point of Contact
James Van Oss,937-904-4192
 
E-Mail Address
Email your questions to james.vanoss@wpafb.af.mil
(james.vanoss@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
UPDATE (6-4-04) Request for Information All interested parties are asked to respond to this RFI. The Air Force is employing an incremental approach for the T38-C Escape System Upgrade Program (ESUP), consisting of two increments. Increment One: encompasses the integration, production, and installation of an escape system comprised of two seats and an inter-seat sequencing system (ISS) with improved escape system performance as the primary requirement and increased accommodation as the goal. Increment Two: includes any changes required to the cockpit and/or airframe to expand the aircrew population capable of safely and effectively operating the T38-C. The requirement for the second increment is to expand the aircrew population to accommodate the individuals encompassed by JPATS Cases 1-6. However, the goal is to also accommodate individuals in JPATS Case 7. While the first increment is the focus of the acquisition strategy for the forthcoming RFP and subsequent source selection, it is imperative the seats/inter-seat sequencing system do not adversely affect the Air Force+s ability to accomplish the second increment. From a systems engineering perspective, integrating the seats and ISS without considering the changes required to fulfill the requirement of Increment 2 greatly increases the potential for extra work, increased expenses, and/or even failure in the second increment. The Air Force must consider this risk and attempt to mitigate it. Thus, the Air Force solicits responses from all interested parties for the following questions: 1. What process would you use to evaluate the impact of an Increment 1 solution on the ability of the Air Force to accomplish Increment 2? 2. Similarly, in what way might the Air Force assess the degree to which a particular seat/ISS system would contribute to the effective implementation of Increment 2? 3. How would you recommend that this systems engineering concern be addressed in the RFP? Please respond to this RFI by providing one (1) hard copy and one (1) electronic copy to the contractual point of contact (POC) by 3:00 pm local time on 18 June 2004. Any questions regarding this RFI or the ESUP program may be addressed to the contractual POC listed below. Contractual POC: James Van Oss, ASC/YTA, Building 11A, Room 201-I, 1970 Monahan Way, Wright Patterson AFB, OH 45433-7211, james.vanoss@wpafb.af.mil, (937) 904-4192. //End of Update// UPDATE (5-28-04) Request for Information All interested parties are asked to respond to this RFI. The purpose of this RFI is to provide an update on the current acquisition strategy, and to solicit candid responses from potential T-38C Escape System Upgrade Program (ESUP) offerors. The Government is seeking to gain insight into any potential problem areas that may result from the current strategy and to address several important contractual issues identified during the strategy development process. Please answer and provide detailed information in the outline format below to support your position in the following areas: 1. The overall requirement for the T-38C ESUP is to upgrade the entire T-38C fleet (509 aircraft). Due to various constraints, the Government plans to initially modify only 199 aircraft located at three (3) AETC bases. The upgraded escape systems will be acquired under an Indefinite Delivery/Indefinite Quantity (ID/IQ) contract as a nondevelopmental item (NDI) and on a firm fixed priced basis. An item shall be considered NDI if it meets the definition of NDI as it is defined in FAR 2.101 and based upon the accepted government performance standard for escape systems. The IDIQ contract will have a five-year ordering period with variable quantity bands and a "most probable quantity". Although the Government currently anticipates a production and installation rate of five (5) shipsets per month (60 per year), the quantity bands will be structured with suitable flexibility to accelerate or decelerate the rate of production to accommodate fluctuations in funding. a. Address the 5-year fixed priced, IDIQ arrangement. Do you see any problems with being able to price this NDI effort? Will your company commit, and contract for, firm fixed prices for a full five-year period If not, clearly identify your concerns in your response. b. If increased Government resources become available, i.e., increased funding and an increased number of aircraft available for the upgrade each month, the Government may seek to accelerate the production and installation rate in order to upgrade up-to-509 aircraft during the 5-year ordering period. How large an increase in monthly production could your current production capabilities sustain? In other words, what are the maximum monthly quantities you could produce? c. In the event funding is stretched out, what are the minimum monthly quantities you require to maintain a profitable production line? d. How soon after RFP release would a "production representative" seat be ready for the Government+s measurements and testing in the T-38C mock-up e. How soon after contract award would you be able to provide shipsets for integration testing? How soon after integration testing is completed would you be able to begin delivering shipsets at a minimum rate of 5 shipsets per month? 2. The following questions deal with several contractual issues identified by the Government during the strategy development process: a. It is the Government's intent to acquire material and workmanship warranty. If you propose an essential performance warranty on the ESUP, please explain in detail. Address fully how you envision the warranty and sustainment to operate for this program. b. FAR Clause 52.225-1 -- Buy American Act-Supplies (June 2003) will be included in Section I - Contract Clauses and FAR Clause 52.225-2 - Buy American Act Certificate (June 2003) will be included in Section K - Representations and Certifications of the RFP and the resultant contract. Please address how you will comply with the Buy American Act and discuss how your company will complete the Buy American Act certificate contained in FAR 52.225-2. c. Section I of the RFP will also include DFARS Clause 252.225-7012 and 7014, Preference for Certain Domestic Commodities and Preference for Domestic Specialty Metals - Alternate I, respectively. Similar to paragraph c. above, please address how you will comply with these clauses and what affect these clauses will have on the structure of your program, if any. d. Lastly, Section I of the RFP will contain DFARS Clause 252.211-7003 - Item Identification and Valuation (Jan 2004). Identify your current ability to meet the Unique Identification (UID) requirement or how you will be able to meet this requirement at the time of contract award. Please see the UID website http://www.acq.osd.mil/uid/ for details. Please respond to this RFI by providing one (1) hard copy and one (1) electronic copy to the contractual point of contact (POC) by 3:00 pm local time on 17 June 2004. Please adhere to the outline format provided above in your response. Any questions regarding this RFI or the ESUP program may be addressed to the contractual POC listed below. Contractual POC: James Van Oss, ASC/YTA, Building 11A, Room 201-I, 1970 Monahan Way, Wright Patterson AFB, OH 45433-7211, james.vanoss@wpafb.af.mil, (937) 904-4192. //End of Update// Update (5-3-2004) DELETION OF ESCAPE PATH CLEARANCE The acquisition strategy for the T-38C Escape System Upgrade Program continues to evolve. After reviewing the operational needs of AETC, as well as non- developmental technologies that currently exist, ASC/YTA has decided there is no need for a separate, second ESUP increment dedicated to escape path clearance. As a result of this decision, associated funding for this increment will not be made available. The T-38C ESUP will now consist of only two increments. Increment 1 will remain essentially the same as it was previously, integration of non- developmental ejection seats and inter-seat sequencing. The former third increment, upgrade of the aircrew accommodation, will now become Increment 2. P.O.C: Jim Van Oss, Contract Negotiator, james.vanoss@wpafb.af.mil, 937-904- 4192, ASC/YTA, Bldg 11A, Room 201-I, 1970 Monahan Way, WPAFB, OH 45433-7211. //End of Update// UPDATE (4-05-04) ANNOUNCEMENT OF FORMAL SOURCES SOUGHT This notification announces the commencement of a formal Sources Sought for the T-38C Escape System Upgrade Program (ESUP), Solicitation No. FA8617-04-R-6154. The purpose of this Sources Sought is to determine whether there are additional offerors interested in this program and to finalize the Government+s pre- solicitation market research. As part of this acquisition, the Government intends to upgrade the current T-38C escape system including the aircraft's ejection seats and inter-seat sequencing, as well as escape path clearance. The Government plans to upgrade a minimum of 199 aircraft, but may upgrade up to 509 aircraft. Formal technical performance parameters will be released with the draft RFP. Please review previous announcements and attachments for additional background information (posted below, if using the PIXS website, or available on the FedBizOpps website). Offerors who responded to previous Requests for Information (RFIs), dated 06 Mar 2002, 3 Oct 2003, and 9 Jan 2004, or attended either of the two Industry Days held on 29 Sep 2003 and 9 Mar 2004 need not respond to this notification. Only unidentified offerors who have not previously responded nor participated to date should submit a letter of interest to the Government at this time. The Government also requests that you respond to the questions posed in the RFIs dated 3 Oct 2003 and 9 Feb 2004 as part of your submission. Interested parties are requested to submit a letter of interest via email or hard copy to the individual listed below no later than 20 Apr 2004 at 3:00 pm local time. In addition, the Government requests that the responses to the RFIs be provided via email or hard copy no later than 5 May 2004 at 3:00 pm local time. This sources sought notice does not constitute a solicitation for proposals and no contract will be awarded as a result of this announcement. Important Reminder: Again, letters of interest and RFI responses are not required from those who have previously responded to the RFIs or have attended the Industry Days. Please direct any questions regarding your status as an offeror or any other aspect of this program to the individual listed below. Discussions with Industry conducted through previous RFIs and Industry Days have aided the Government in the development of its current acquisition strategy. The current strategy is to compete the T-38 ESUP program as a nondevelopmental item (NDI) acquisition to the maximum extent practicable, using a FAR Part 15, Full Trade-Off (FTO), best value, competitive source selection. If the acquisition strategy changes or evolves differently, Industry will be notified accordingly. The Government anticipates posting a draft solicitation within the next 60-90 days for the T-38 ESUP acquisition. Comments from Industry on the draft version will be solicited at that time to aid in the preparation and release of the final request for proposal. Please monitor the PIXS website and FedBizOpps (www.fbo.gov) for further updates. P.O.C: Jim Van Oss, Contract Negotiator, james.vanoss@wpafb.af.mil, 937-904- 4192, ASC/YTA, Bldg 11A, Room 201-I, 1970 Monahan Way, WPAFB, OH 45433-7211. ///END OF UPDATE/// UPDATE (2-26-04) CHANGE OF LOCATION FOR THE MARCH 9TH INDUSTRY DAY Due to the increased interest in this program, we have changed locations to accommodate all those that wish to attend. The Industry Day to be held on March 9, 2004 at 8:30 am EST will now be held at the Irvin J. Nutter Center in the Berry Room Complex. Please note that this is the same location as the previous Industry Day held in September 2003. The date, time, and all other information for this Industry Day remain unchanged. Additional information and directions are available at the following website, http://www.nuttercenter.com. You can also contact Capt. E. Jay Kilpatrick II, +edwin.kilpatrick@wpafb.af.mil+, Program Manager, 1970 Monahan Way, Bldg 11A, Room 201-1, WPAFB, Ohio 45433-7211, Phone 937-904-4317, or Mr. James Van Oss +James.VanOss@wpafb.af.mil+, Contract Specialist, 1970 Monahan Way, Bldg 11A, Room 201-1, WPAFB, Ohio 45433-7211, Phone 937-904-4192 for more information. ////END OF UPDATE//// UPDATE (02-05-04) NOTIFICATION OF AN INDUSTRY DAY The T-38 Flight Training System Program Office (ASC/YTA) of the Aeronautical Systems Center continues to analyze and assess industry capabilities to provide an upgrade to the current T-38C escape system to include the aircraft's ejection seats and inter-seat sequencing, as well as escape path clearance. The Government anticipates conducting another Industry Day on the 9th of March in Bldg 570, Rm. 102 located on the premises of Wright-Patterson AFB, beginning at 8:30 a.m. (EST). This will be Industry's opportunity to meet with Government representatives and to understand how the Government will measure anthropometrical values once escape system components are installed in the T- 38C mock forebody located at Wright-Patterson AFB. This meeting will also provide Industry and the Government an opportunity to discuss program developments up to this point. This is also a call for industry to schedule appointments to see the T-38C mock forebody in a one-on-one environment with the personnel who will conduct the anthropometrical analysis of submitted systems. There will be six half-day appointments available beginning Wednesday, the 10th and ending Friday the 12th of March, 2004. Each half-day session will be scheduled on a first-come, first- serve basis. At the Industry Day, a briefing on the current status of the program will be given. An open forum of question and answers will follow this portion. Attendees must indicate their interest in attending by letter NLT 13 Feb 04 to Capt Jay Kilpatrick Program Manager, 1970 Monahan Way, Bldg 11A, Room 201-1, WPAFB, Ohio 45433-7211. The Government limits attendance to no more than 3 persons per interested party. How to contact this program: POC: Capt Jay Kilpatrick (Program Manager), 937-904-4317, Ms Sally Meyer (PCO), 937-904-4304 ////END OF UPDATE//// POC: Capt Jay Kilpatrick (Program Manager), 937-904-4317, Capt Jason Ortiz (Buyer), 937-904-4306. For more information on ESUP--T-38C Escape System Upgrade Program (ESUP) please refer to http://www.pixs.wpafb.af.mil/pixslibr/ESUP/ESUP.asp
 
Web Link
ESUP-T-38C Escape System Upgrade Program (ESUP)
(http://www.pixs.wpafb.af.mil/pixslibr/ESUP/ESUP.asp)
 
Place of Performance
Address: TBA
Zip Code: TBA
Country: USA
 
Record
SN00598288-W 20040606/040606111259 (fbodaily.com)
 
Source
FedBizOpps.gov 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.