Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 18, 2008 FBO #2396
SOURCES SOUGHT

69 -- B52 Aircrew Training Devices (ATD) REQUEST FOR INFORMATION

Notice Date
6/16/2008
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
2009B52ATD
 
Archive Date
7/11/2008
 
Point of Contact
Susan Simpkins,, Phone: 8017753801
 
E-Mail Address
susan.simpkins@hill.af.mil
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: REQUEST FOR INFORMATION Pursuant to FAR 15.202 (e) The B-52 Aircrew Training Device (ATD) Acquisition Team, in conjunction with our customer at HQ ACC, is conducting a Request for Information (RFI). BACKGROUND INFORMATION: This B-52 ATD acquisition will be conducted applying the principles of Performance Based Services Acquisition (PBSA) IAW AFI 63-124 and other directives. The contractor will provide Contractor Logistic Support (CLS) for the B-52 ATDs. The contractor will operate the Training Systems Support Center (TSSC) as well as develop, procure, manufacture, assemble, package, ship and install modifications to the ATDs throughout the term of the contract. There are no Foreign Military Sales (FMS) requirements. B-52 ATD devices are located at Barksdale, and Minot Air Force Bases. The B-52 ATD consists of 10 Operational Trainers: Barksdale Air Force Base 2 - Weapon System Trainers (WST) 2 - Offensive System Mission Trainers (OSMT) 1 - Cockpit Procedure Trainer (CPT) 3 - T4 Electronic Warfare System (EWS) Trainers Minot Air Force Base: 1 - Weapon System Trainer 1 - T4 EWS Trainer A 95 percent availability rate is required for each ATD. Modifications which upgrade/change the trainer will be maintained by the same contractor under the CLS effort. The contractor shall have the option of using Commercial warranties for off-the-shelf hardware. The contractor shall be responsible for developing modifications in such a manner as to ensure reliability/maintainability/availability standards identified in the contract. The contractor shall be responsible for providing necessary spares and support equipment required for maintenance of the modifications. These items will be included in the government owned CLS Recompetition Support Package (RSP). During the CLS contract periods, the contractor shall be responsible for total maintenance and logistics support (e.g. Spares, Support Equipment (SE), Tech Data, etc.), including operational support of the TSSC and trainer consoles. A three-part Performance Based Statement of Work (PBSOW) provides technical and engineering requirements for the B-52 ATDs. Part A covers Contractor Logistics Support (CLS), Part B covers requirements for the Training System Support Center (TSSC) operations and Part C contains the requirements for Modifications. This contract is for CLS, TSSC and modification design, development, production and installation, and for support of equipment currently in the Air Force inventory. A description of each of the efforts is as follows: a. CLS: Provides for the operational, maintenance and logistics support of the B-52 ATDs and all associated equipment. It also provides technicians who are fully qualified, trained and knowledgeable in the operation and maintenance of the B-52 ATDs, and who are able to perform the tasks required for total support of the Simulator System (SS). b. TSSC: Support the software/firmware maintenance, development and modification; the hardware development and modification, and the configuration management tasks for the SS. Includes management and updating of SS publications, engineering drawings and software, firmware and hardware documentation (also known as the product baseline). c. Modifications: Incorporate aircraft concurrency modifications and simulator peculiar modifications into the SS. Upon the award of this contract the contractor will be required to accomplish the following efforts. All efforts are necessary to start due to funding and maintaining concurrency with the aircraft: a. Modify the current B-52 Maintenance Trainers with the COmbat NEtwork Communications Technology (CoNECT). b. Manufacture/Redesign/Rehost a Cockpit Procedure Trainer (CPT) c. Develop and Integrate the Aircraft BSB04 into the ATDs d. Develop and integrate Advanced Targeting Pod (ATP) e. Develop and integrate the Family of Advanced Beyond line of sight Terminals (FAB-T) modification Prospective schedule indicates a Dec 09 Award of contract. CLS support would commence Apr 10 through Sep 10. We expect to tailor the Period of Performance to bring the overall contract to align with the Fiscal Year cycle for the remaining periods of the contract. Total program outline: First/Base period and 9 option periods (Apr 10 to Sep 20) PURPOSE OF THIS REQUEST AND INFORMATION SOUGHT: From this Request for Information, the Government is seeking responses from contractors that can provide all the following support for this requirement by identifying themselves and responding to this RFI. The Government requests recommendations, comments, concerns, and/or questions relating to the contemplated support services. The Government is looking for contractors that possess demonstrable and credible experience for all of the requirements listed. The Government's intent is to determine availability in the marketplace of contractors capable of fulfilling the objectives of this acquisition as stated above. The background description above provides the general scope the B52 ATD effort. In addition, the Government's intent is to obtain responses to the items listed below to assist the Government in determining the appropriate acquisition strategy. Interested offerors shall provide the following in their response: 1. Name of Company - also include a contact person's name, telephone number, and email address, company address, and CAGE/DUNS code. 2. Size of Business and identify the NAICS code for this requirement. 3. What experience does your company have with the B-52 Weapon Systems or B-52 training devices? 4. B-52 Trainer System Program contains a total maintenance, logistics, and sophisticated modification support for 3 Weapon System Trainers (WSTs), 2 Offensive System Mission Trainers (OSMTs), 1 Cockpit Procedure Trainer (CPT), and 4 T4 Electronic Warfare System (EWS) Trainers. Provide a list of similar work or tasks that your company has done in the past or present? 5. Describe how you have developed, maintained, operated and integrated aircrew trainer? Maintenance training devices? 6. What experience does your company have with the integration of an aircraft communication system? 7. What do you know about COmbat NEtwork Communications Technology (CONECT)? 8. The Distributed Mission Operations (DMO) is currently being implemented into B-52 WST. As future DMO plans call for integrating more intelligence surveillance, and reconnaissance platforms to provide the warfighter with a much-improved sensor-to-shooter training capability. What experience does your company have with DMO or networking solutions within training devices? 9. The Air Force is considering going to computer base training on the B-52 maintenance trainers. What experience do you have with computer base training and for what system? 10. What training courseware has your company been involved in developing? 11. The B-52 training system will require the development of new training devices. What experience does you company have with the development of new devices and to what extent was the effort? 12. What percent of the effort can your firm accomplish as the Prime Contractor/Prime Team? Any comments provided should not be viewed as a vehicle for presenting a specific approach to be proposed, but as an opportunity to improve an eventual solicitation package. This does not constitute a request for proposal. DISCLAIMER This synopsis is for information and planning purposes only, is not a commitment by the Government, and does not constitute a solicitation. In accordance with FAR 15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. An announcement for proposals is not a part of this RFI and a contract will not be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. HOW TO RESPOND: Firms interested in performing this requirement may reply to this RFI on or before July 8, 2008 by 4:00 pm Mountain Daylight Time addressing all of the twelve (12) items above and any other recommendations, comments or suggestions that may assist the Government with this acquisition. Please provide your response via email only to Susan.Simpkins@hill.af.mil. There is no page limit for responses, but succinct responses are appreciated. Please DO NOT submit proprietary processes or data in the response. If you have any questions, please send an email to Susan.Simpkins@hill.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9cf22f9ba4610fd3e9a76f8dc1c077d4&tab=core&_cview=1)
 
Record
SN01594519-W 20080618/080616220503-9cf22f9ba4610fd3e9a76f8dc1c077d4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.