Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2004 FBO #0983
MODIFICATION

A -- ASC/AAA Aircraft Subsystems Request For Information (RFI)

Notice Date
8/3/2004
 
Notice Type
Modification
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
ASC/AAAV 2145 Monahan Way WPAFB, OH, 45433-7017
 
ZIP Code
45433-7017
 
Solicitation Number
AFWIP
 
Response Due
8/14/2004
 
Archive Date
9/13/2004
 
Point of Contact
Marciana Bain; Randy Hall,(937) 255-3385 ext. 3110; (937) 255-7210 x3574
 
E-Mail Address
Email your questions to marciana.bain@wpafb.af.mil; randy.hall@wpafb.af.mil;
(marciana.bain@wpafb.af.mil; randy.hall@wpafb.af.mil;)
 
Small Business Set-Aside
N/A
 
Description
NOTE: THIS RFI WAS INITIALLY RELEASED ON 15 JUL 04. ALL RESPONSES ARE DUE BY 14 AUG O4. PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT, MATERIAL, AND ENGINEERING SERVICES CLASSCOD: COMMERCIAL INDUSTRY BUSINESS OPPORTUNITY ?POTENTIAL SOURCES SOUGHT OFFADD: ASC/AAA, 2145 MONAHAN WAY, WRIGHT- PATTERSON AFB, OH 45433-7017 SUBJECT: ASC/AAA AIRCRAFT SUBSYSTEMS ID/IQ CONTRACT SOL: N/A DUE: Written responses to this sources sought synopsis should be submitted no later than (30) thirty calendar days from the publication date of this notice. Technical Point of Contact: Mr. Randy Hall, phone: (937) 255-7210, ext. 3574, email: randy.hall@wpafb.af.mil. DESC: Sources sought for AIRCRAFT SUBSYSTEMS ID/IQ CONTRACT, POC: Ms Marciana Bain, CONTRACT NEGOTIATOR, phone: (937) 255-3385 ext. 3110, email: Marciana.bain@wpafb.af.mil, Lawrence R. Doelker, CONTRACTING OFFICER, phone: (937) 255-7210 ext. 3810, email: Lawrence.doelker@wpafb.af.mil. The United States Air Force Aging Aircraft Division (ASC/AAA) is in search of interested commercial industry large and small business capability to work process and problem resolution of aging aircraft subsystems. The AF requires a capability to efficiently and effectively identify the maintenance community?s requirements to affect Enterprise Solutions for all Air Force and DoD mobile war fighting support platforms. The objective is to provide potential solutions sets to meet identified maintainers? needs through a developed team of highly qualified Integrated Contract Support. The Product Team will focus on multiple issues affecting the life cycle cost of the aging fleet. The team will address issues ranging from data collection of high failure components to research and development of improved maintenance capabilities, training issues, diminishing manufacturing resources, and assisting in transitioning accepted new practices. Provide information to support rapid decision analysis, increase platform awareness, affect technology solutions, and shorten the decision cycle required to support execution of joint platform integration for all DoD mobile war fighting support platforms. A goal of this effort is to modernize and improve the business practices supporting aeronautical systems to establish an enterprise-wide capability. The sponsoring activity is Aeronautical Systems Center, Aeronautical Enterprise Program Office, Aging Aircraft Division (ASC/AAA), Wright-Patterson Air Force Base, OH. The purpose of the Subsystems ID/IQ Contract is to provide the USAF/Joint Services with the capability to have the flexibility to rapidly generate task orders to: 1. Prime contractor responsibilities and requirements: a. Program execution to include cost, schedule, and performance measures and be responsible to execute and perform at least 51% of identified process/problem resolution b. Manage subcontractor deliverables and ensure on time delivery of said products c. Must have a comprehensive understanding of acquisition life cycle cost of major weapon systems Successful prime / sub-contractors will be required to: 2. Perform studies and analyses addressing mobile war fighting support platforms to include: a. Performing Front End Evaluations b. Performing Technology/Product Evaluations c. Performing Technology Assessments and Forecasts d. Performing Integrated Risk Management Assessments e. Performing Supportability Analyses f. Performing Aircraft Data Evaluations g. Performing Modeling and Simulation Analyses h. Performing Test Planning Activities i. Performing Economic Analyses to include Total Ownership Costs and/or Life Cycle Costs 3. Perform Cross-Platform Functionality and Prototype Development from requirement definition through flight test. 4. Interface with multiple government data warehouse systems and have capability of extracting, analyzing and compiling maintenance/system data. 5. Organize, manage, and execute Technical Interchange Meeting (TIMs) 6. Participate with Joint Council on Aging Aircraft. 7. Maintain control of Program Execution elements. 8. Exercise field and depot evaluations of all identified support equipment; establish working relationships with potential support equipment suppliers. 9. Obtain required clearance to establish a Supporting Technical Order Library for developing field and depot test plans. 10. Develop identified deficiency improvement systems (i.e., policy, technical manual changes, training materials, data collection systems, and analyses systems). 11. Establish an electronic-based information clearing house capable of being reviewed by approved/appropriate government personnel. 12. Establish and evaluate improved lean field and depot maintenance repair processes 13. Develop subsystem life extension programs Interested companies must submit a Statement of Capabilities not to exceed twenty-five pages addressing the following areas: 1. Capability to provide all required technical data on affected Mission Design Series (MDS) platforms and include designated Platforms 2. A statement of Security clearance level. Secret co-lateral is anticipated to be the highest level of security required for this effort 3. Capability to rapidly analyze Aircraft requirements to affect Enterprise Solutions including non-Air Force specific platforms 4. Ability to perform Cost and Schedule Analyses and exercise Cost Schedule and Performance Control 5. Ability to demonstrate Systems integration across the aircraft fleet 6. Capability to produce technically competent analyses on the multiple areas covered in the Purpose statement (#2 above) 7. Description of previous or current experience in cross-platform technical solutions 8. Capability to provide the required human resources needed to perform several tasks concurrently 9. Illustrate past performance 10. Ability to sustain 5 year period of performance 11. Ability to store and manage secure aircraft data Special Note: This Sources Sought Synopsis is part of the Acquisition Market Research Analysis and will be used to determine the basis for any competitive aspects of the acquisition. Accordingly, each respondent is requested to clarify whether any teaming arrangements are contemplated (including Small and Small Disadvantaged Business participation). Teaming is highly encouraged and will be considered during evaluation of future contract award. Based upon receipt of responses and analysis, a determination will be made to ascertain the Government position of sole source versus a competitive solicitation. THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. This is a market research tool to determine the availability and adequacy of potential sources. Firms responding to this announcement should indicate their size, particularly if they are a small business, a socially and economically disadvantaged business, a woman-owned business, a HUB zone small business concern, a minority institution, or a Service Disable Veteran Owned Small Business. The North American Industry Classification System (NAIC) code 541380, Testing Laboratories, and 541330, Engineering Services applies to this acquisition with a size standard of 1,000 employees. Interested sources are encouraged to first register as a source on the PIXS Web Site (www.pixs.wpafb.af.mil). In addition, interested sources must respond with a complete capability/qualification package describing their technical expertise and experience, personnel and facilities. The response should also identify key technical risks, issues, and any partnering arrangements that may be considered. All parties are asked to provide a telephone number, an e-mail address, and a facsimile number in their response. Information marked ?Proprietary? will be protected and will not be divulged unless mandated by existing laws. This information should be sent to ASC/LPKC, 2145 Monahan Way, Wright-Patterson AFB OH 45433-7017 not later than (30) thirty days from the publication of this notice. The point of contact is Ms Marciana Bain, (937) 255-3385 ext. 3110. Any non-technical and/or contractual questions should be referred to the above individual. Technical questions can be directed to Mr. Randy Hall (937) 255-7210 ext. 3574. For more information on AFWIP--ASC/AAA Aircraft Subsystems Request For Information (RFI) please refer to http://www.pixs.wpafb.af.mil/pixslibr/AFWIP/AFWIP.asp
 
Web Link
AFWIP-ASC/AAA Aircraft Subsystems Request For Information (RFI)
(http://www.pixs.wpafb.af.mil/pixslibr/AFWIP/AFWIP.asp)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: USA
 
Record
SN00635730-W 20040805/040803212321 (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.