MODIFICATION
16 -- T-38C Avionics Upgrade Program (AUP) CLS Sustainment for FY09-FY13
- Notice Date
- 8/20/2007
- Notice Type
- Modification
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- 663 AESS/PK Bldg 11A, Room 201-I 1970 Monahan Way Wright-Patterson AFB OH 45433
- ZIP Code
- 45433
- Solicitation Number
- FA8617-08-R-6170
- Response Due
- 9/7/2007
- Archive Date
- 9/30/2008
- Point of Contact
- Karen Shelley, (937) 904-4217
- E-Mail Address
-
Email your questions to karen.shelley@wpafb.af.mil;joshua.trantham@wpafb.af.mil
(karen.shelley@wpafb.af.mil;joshua.trantham@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- TITLE: T-38C Avionics Upgrade Program Sustainment Description: 1. 337th Aeronautical System Group (337 AESG), 663d Aeronautical Systems Squadron (663 AESS) is contemplating a competitively awarded contract for Sustaining Engineering and Logistics Support for limited avionics upgrades and sustainment of the T-38C avionics system. This Request for Information is intended to provide the Air Force with an understanding of the interest within industry, the technology, and resources available to support competitive acquisition of a contract to cover sustaining engineering and contractor logistics support (CLS) of the avionics system for 450 AETC (Air Education and Training Command), 3 AFMC (Air Force Materiel Command) and 10 Navy T-38C aircraft and related ground support equipment. Sustaining engineering, but not CLS parts support, also extends to T-38C Aircrew Training Devices (ATD), including Operational Flight Trainer (OFT), the Unit Training Device (UTD) and the Weapon System Trainer (WST). The T-38C avionics system consists of approximately 60 non-developmental items (NDI) and commercial Line Replaceable Units (LRUs). The contract will be a firm-fixed price, performance based contract consisting of a base year (FY09) with four additional years of FFP (Firm Fixed Price) options. The contract will provide for: a) A block upgrade process that keeps the T-38C aircraft airworthy and current by providing up-to-date capabilities (e.g. GPS approach). b) Contractor Operated and Maintained Base Supply (COMBS) operations at each of AETC?s T-38 main operating bases (MOBs) (Randolph AFB, Columbus AFB, Vance AFB, Laughlin AFB and Sheppard AFB with the ability to support operations at Edwards AFB and Patuxent River NAS); c) Contractor supplied spare parts and equipment; Contractor repair of removed components at the contractor?s (or Original Equipment Manufacturer?s) facilities and return to COMBS, based upon a fixed price for each of the annual number of hours flown by AETC, AFMC and the Navy Test Pilot School (approximately 110,000 hours total annually); d) Technical order recommendations to responsible engineering organization; e) Contractor repair of damaged AUP equipment and maintain an effective damaged equipment program; f) Field Service Representatives at each of the AETC MOBs, Edwards AFB and Patuxent River NAS; g) Systems engineering processes to resolve any issues involving software support and material deficiency reporting; h) A system that collects, manages, analyzes and archives Maintenance Fault Lists (MFL)/Pilot Fault Lists (PFL), engine, flight loads and ACMI (Air Combat Maneuvering Information) data for each flight, including mission planning and debrief data, that enables analysis and could lead to product improvement; i) An effective means to manage obsolescence and Diminishing Manufacturing Sources; j) Systems engineering and program management services to keep the T-38 training system up to date, current, and airworthy. k) Maintenance of Technical Data Package l) Periodic technical review of in-service system performance, to include monthly performance factor reports for the USG m) Over and Above (O & A) activities necessary for correction of problems found during maintenance; n) Materials for the O & A corrections; o) In coordination with government organizations having systems engineering responsibility, resolve any issues involving software support, engineering services and material deficiency reporting 2. Sustaining Engineering process provides sustaining program and business management, sustaining engineering capability and the block upgrade process including requirements definition/generation, ECP (Engineering Change Proposal) and proposal preparation, and, test and implementation of the change. Sustaining Engineering includes systems engineering and program management services to keep the avionics system for the T-38C training system up to date, current, and airworthy. The contractor will provide configuration management and control for the AUP components to include requirements and certification traceability, specification trees, supplier management, and diminishing resources management. The contractor will record, monitor, and analyze equipment failures and provide recommendations to maintain or improve aircraft readiness levels. The contractor will provide both technical and programmatic risk management. The technical services provided also include on-demand accident investigation analysis and support. The engineering and programmatic expertise includes planning for major and minor modifications to the avionics system for product improvements or as a result of discontinued commercial items (e.g. memory cards). The T-38 community must be able to react quickly and positively to real world changes and have sufficient depth to bring in specific expertise from outside the program as required. A block upgrade process is included that keeps the aircraft airworthy and current by providing up-to-date capabilities (e.g. GPS approach). The changing world of Air Traffic Control (ATC) and Global Air Traffic Management (GATM) has required changes in radio performance (frequency narrowing), additional equipment (i.e., Traffic Collision and Avoidance System), and has significantly increased the pilot workload in heavily used airspace. The USAF is mandating software interface requirements for all software running on networks which mandates major changes in all T-38 software. The block upgrade process enables a systems engineering approach to systematically upgrade the aircraft and training system to keep it viable in a changing world. See Attachment 3 for additional details. 3. Primary CLS tasks include repair of removed failed AUP components, providing spares during repair process, performing Field Service Representative tasks, and operation of a Contractor Operated Maintenance Base Supply (COMBS) at each AETC MOB. The period of performance for this contract is planned FY09 through FY13. The T-38C Sustainment approach will include performance based logistics metrics for Mean Time Between Failure (MTBF) at the avionics system level, and at the LRU (Line Replaceable Unit) level (system level avionics MTBF of 55 hours). Guaranteed part turn-around times and issue rates at the COMBS are planned. In order to comply with the COMBS turn around times, the contractor must assure that sufficient spares are available or other arrangements are in place to assure that these times are met. Other metrics and your suggestions for metrics will be considered. A technical data package (most current configuration) will most likely be available Sep 2007. The contractor must comply with the International Traffic in Arms Regulations (ITAR) as required to support repairs if by foreign Original Equipment Manufacturers (OEMs) or authorized repair facilities. See Attachment 2 for more COMBS details. 4. This RFI is issued for information and planning purposes only and does not constitute a solicitation. Responses to the RFI will not be returned. In accordance with FAR 15.202(e), a response to this notice is not an offer and cannot be accepted by the government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Industry Days are planned for 19-20 Sep 07 with the interested parties. Please email Ms. Marisa Osborne at marisa.osborne@wpafb.af.mil by 7 Sep 07 if you would like to attend Industry Days (Number of attendees limited to 5 per team). A detailed agenda will be posted at a later date. 5. In order to be considered a potential source, interested parties must submit in writing (via U.S. mail or E-mail to marisa.osborne@wpafb.af.mil) the company name, point of contact, telephone number, e-mail address, company status (large or small business, or 8a), and answers to the attached questions in the order indicated below by Attachment 1. All responses from responsible sources will be fully considered, however receipt of responses will not be acknowledged. Interested firms should submit capabilities package and any routine communications concerning this acquisition to Ms. Marisa Osborne, Contracts Manager, or Mr Thomas Jordan, Contracting Officer at 663 AESS/PK 1970 Monahan Way, Bldg 11A, Rm 201I, Wright-Patterson AFB, OH 45433-7211, (937) 904-4174 or 904-4274. Please limit your response to no more than 10 single-sided 8 ? x 11 pages, double-spaced, minimum 12 point font size. Please reference the following attachments: (1) RFI Questions, (2) Additional COMBS Description, and (3) Additional Sustaining Engineering Description. Attachment 1 - RFI Questions 1. Describe your present capability to accomplish the T-38C avionics sustaining engineering and logistics support and any past aircraft-specific history of meeting similar requirements. 2. Describe proposed approach to providing the CLS and COMBS at each of the bases and the sparing and repair of contractor-owned parts. 3. Describe proposed approach to providing sustaining engineering and block upgrade development and implementation. 4. Describe any risk and problem areas you foresee for this requirement. 5. Describe what portion of the proposed work will be accomplished in-house versus subcontracting. 6. Provide a Rough Order of Magnitude (ROM) cost estimate and timeline (proposed schedule) of major milestones. 7. Further, please provide evidence of your financial capability to capitalize/purchase/establish vendor agreements/or otherwise obtain the inventory necessary to stand up the COMBS. If purchased, the value of this inventory could exceed $10 million. The current status is Pre-Solicitation and it is a Category 16 - Aircraft components and accessories program. T-38C Avionics Upgrade Program Sustainment is an Aeronautical Systems Center (ASC) program. SOLICITATION NUMBER: FA8617-08-R-6170 RESPONSE DATE: 7 Sep 07 NAIC CODE: 336413 DOLLAR AMOUNT: N/A CONTACT INFORMATION: ADDRESS: 1970 Monahan Way, Bldg 11A, Rm. 201-I Wright Patterson AFB, OH 45433-7211 45433 Primary POC: 1Lt Josh Trantham PHONE NUMBER: 937-904-4306 Alternate POC: Rick Detamore PHONE NUMBER: 937-904-4160 Contracts POC: Marisa Osborne PHONE NUMBER: 937-904-4174 Attachment 2 - Additional COMBS Description Stand-up of the COMBS functions is required immediately after the beginning of FY09. In order to prevent misconceptions regarding the scope of this effort, we?ve attached a more comprehensive description of the COMBS requirement. As indicated by its name, the T-38C COMBS is the issue point for replacement of failed AUP parts and equipment at each AETC base. When a component discrepancy is found by the flight line maintenance organization, AUP parts and equipment are returned to the COMBS for a serviceable replacement. The T-38C COMBS contractor ships the failed unit to the qualified repair source, who in turn repairs and returns the unit. The contractor is responsible for establishing a contract with the repair source for equipment maintenance and repair. The T-38C AUP COMBS concept requires the contractor to establish and maintain an inventory of spare parts and equipment for replacement of faulty equipment. Upon receipt by the COMBS, repaired equipment is stocked as a spare. The Government will provide, as a minimum, access to facilitate vendor deliveries to the COMBS facilities, (i.e. flight line access areas/permission when required), loading dock, air conditioning, heat, water, and 110AC, 60hz power to the COMBS administrative areas and 110AC, 60hz power to the warehouse space. The Government will provide building repair, parking space for Contractor employees, custodial services, and outside landscaping. Using these resources the contractor will provide sufficient qualified personnel to operate the COMBS during normal operating hours up to 16 hours per day, five days per week, Monday through Friday. COMBS Operating hours will be pre-coordinated with Government Quality Assurance Evaluator (QAE) and local base Government maintenance agency at each MOB. Operations in excess of the normal contract hours will be treated as Over Time. In addition the COMBS contractor will: a) Provide physical security within the COMBS facility to ensure the control and safeguarding of Government and Contractor property by controlling entry into storage areas, keeping records of property entering and leaving the facility, and securing COMBS spaces when not occupied by Contractor employees. b) Provide and maintain sufficient COMBS inventory to issue requested parts within 30 minutes 95% of the time. The contractor is expected to base inventory levels on equipment failure rates (to include damaged parts), repair cycle times, and the required issue rate. At current performance levels this will require approximately 1833 inventory transactions for per year with many of the items being high value assets. Transfer of inventory between COMBS locations to meet availability needs will be a contractor prerogative. c) Identify and assign an on site manager at each COMBS location with authority and resources to direct and control the COMBS operations in support of the Government flying operations. Contractor will provide COMBS that is operational during normal operating hours (16 hours per day Monday through Friday). d) Establish procedures for the repair or replacement of parts due to damage beyond normal wear and tear. These procedures will include provisions for Government review and concurrence that the damage occurred. e) The contractor will be responsible for repair or replacement of failed AUP configuration items in a timely manner so the issue metric outlined above can be met. Attachment 3 ? Additional Sustaining Engineering Description In order to prevent misconceptions regarding the scope of this effort, we?ve attached a more comprehensive description of the Sustaining Engineering requirement. The Sustaining Engineering tasking includes: a) Systems Engineering (Risk Mgmt, Safety, Configuration, Human Factors, Modular Open System Approach (MOSA)) b) Maintain Systems Integration (Labs, requirements, testing, Quality Assurance) c) Software (standards, coding, requirements, testing, Quality Assurance) d) Keep T-38C AUP unique software compatible with USAF software systems e) Maintain Govt-owned ATD & engineering (SIL) laboratories f) Provide engineering to support trade studies and analyses as required (low level) g) Conduct a risk identification and management program h) Conduct a safety program i) Support accident and safety investigations as required j) Maintain Airframe and Subsystems Interface k) Participate in Failure Review Board ? membership including 663AESS, OO-ALC and the contractor l) Respond to USAF Deficiency Reports (DR) as requested (1) Analyze reliability and maintainability (R&M) data for adverse trends (2) Investigate sources of failure in conjunction with appropriate government and contractor agencies, and propose fixes (3) Engineering Logistics Support (4) Technical Data Control m) Maintain configuration control of the T-38C AUP equipment (1) Provide engineering authority for T-38C AUP specific systems/equipment/software (2) Evaluate Supplier Class 2 Changes for potential impact (3) ECP/CCP development (4) Maintain T-38C AUP Technical data n) Technical Order Management o) Implement Block Upgrades in a 24-month block upgrade release cycle ? Requirements Definition. Maintain a continuous requirements development process, which includes the following tasks: (1) Maintain a database of defects and improvements (2) Support and host Avionics System Working Group (ASWG) meetings to identify, review and prioritize requirements for future block upgrades (3) Plan and host pilot simulation demonstrations (4) Apply T-38C air vehicle and ATD related systems expertise (5) Identify requirement dependencies, investigate and provide alternative design and mechanization approaches, and present recommendations for improvements through ECPs or other means (6) Provide Engineering cost and schedule estimates; perform an impact analysis of proposed changes (7) Provide Safety and Human Factors analysis of defects and proposed improvements (8) Initiate test planning for planned upgrades (9) Maintain and update the technical data package including system change descriptions, Operational Concept Document (OCD), Avionics Performance Specification, and F3I specifications and related documents (10) Identify impacts to technical orders resulting from candidate changes (11) Conduct technology assessment, engineering cost/benefit analysis, and related studies to support requirements development and future planning p) Implement block upgrade requirements into 24-month software release cycles ? Development, Testing, Retrofit. This block upgrade implementation process includes the following tasks: (1) Engineering design, code, test of implementation requirements (2) Support and host pilot simulation evaluations (3) Support Government flight testing (Developmental Testing, Operational Testing) (4) Provide updates or source data for technical order changes (5) Provide software block update retrofit q) Provide Program and Business Management necessary to the accomplishment of the sustaining engineering tasking including the planning, contracting, accounting, billing, proposal development and support, supplier management, property administration as needed. r) Anticipated GFP for Sustaining Engineering: I. A Systems Integration Laboratory (SIL). The SIL is a Bench top set of avionics production representative hardware which is designed to operate as though in the aircraft and allows avionics integration testing prior to LRU installation. SIL hardware and software shall be updated to be consistent with the aircraft hardware and software configuration. II. A single Aircrew Training Device (OFT or WST) will be provided to support ATD change development and integration through completion of this effort. Maintenance and repairs associated with the SIL and ATD will be included under this contract. For more information on "T-38C Avionics Upgrade Program (AUP) CLS Sustainment for FY09-FY13", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5254
- Web Link
-
T-38C Avionics Upgrade Program (AUP) CLS Sustainment for FY09-FY13
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5254)
- Record
- SN01378308-W 20070822/070820220944 (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 |