Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2008 FBO #2407
SOURCES SOUGHT

69 -- C130J, KC-130J and HC/MC 130J WEAPON SYSTEMS TRAINER

Notice Date
6/27/2008
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2300 D StreetWPAFB, OH
 
ZIP Code
00000
 
Solicitation Number
FA8621-08-R-6300
 
Archive Date
7/25/2008
 
Point of Contact
Rhonda Miller, (937) 255-3532
 
Small Business Set-Aside
N/A
 
Description
This sources sought synopsis is being conducted to identifypotential sources that may possess the expertise, capabilities and experience to meet the requirements for the development and production of C-130J Weapon Systems Trainers (WST) for the United States Air Force (USAF) and to notify industry of this impending acquisition action in order that possible subcontracting activities may be pursued. Contractors/Institutions responding to this synopsis are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. The 677 Aeronautical Systems Group (AESG) proposes to procure a total of four additional C-130J /KC-130J variant WSTs. Two C-130J WSTs will be acquired for selected Air Mobility Command (AMC) uses with no modifications and one WST will be acquired for the United States Marine Corps. The contractual arrangement for the resources necessary to operate and maintain this device, to include change management, courseware modification support, aircrew training and contractor logistics support (CLS), are yet to be determined. Also to be procured is one KC-130J WST as a baseline for selected Air Combat Command (ACC) and Air Force Special Operations Forces (AFSOC) HC/MC-130 mission modifications to be incorporated during production. The resources necessary to operate and maintain this device, to include change management, courseware modification support, aircrew training and contractor logistics support (CLS) will be acquired via a separate contract. This proposed contract action has an estimated period of performance of 30 months. One C-130J WST will be located at a Continental United States (CONUS) operational site while the second will be located at an Outside Continental United States (OCONUS) site. The KC-130J will also be located at a CONUS operational site. The modified KC-130J WST will be located at a Continental United States (CONUS) operational site. Requirements With the exception of certain yet to be finalized user community modifications, the functional/performance requirements of these WSTs are available upon request. The available specifications are listed below: 1. C-130J Weapon Systems Trainer Development Specification2. Visual System Specification for the C-130J Weapon Systems Trainer3. KC-130J Weapon Systems Trainer Development Specification4. Visual System Specification for the KC-130J Weapon Systems Trainer There are no proposed modifications to the C-130J/KC-130J WSTs baselines. The proposed modifications to the KC-130J WST include the re-incorporation of Enhanced Cargo Handling System (ECHS) / onboard Loadmaster station, Universal Aerial Refueling Receptacle Slipway Installation (UARRSI), Electro-Optical/Infrared (EO/IR) simulations and user community defined augmented third crew station. Business Information If after reviewing these documents, you desire to respond to this sources sought synopsis, you should provide documentation that supports your companys capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capability in order to perform that portion of the requirement. Government-provided design/production data is not available and will not be provided. Both large and small businesses are encouraged to participate. Firms responding to this announcement should indicate whether they are a large or small business, small disadvantaged business, woman-owned small business,8(a) Certified business, veteran-owned small business, The National American Industry Classification System (NAICS) code for this action is 336413. Please indicate number of employees relative to the size standard of 1,000 for determination of small business status. HUBZone small business, and/or service disabled veteran-owned small business. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD contract. Interested sources are encouraged to first register as a source on the PIXS Web Site (http://www.pixs.wpafb.af.mil). PLEASE INFORM US IF YOUR FIRM INTENDS TO PERFORM THE WORK AS PRIME CONTRACTOR OR IF YOU DESIRE TO SUBCONTRACT WITH THE PRIME CONTRACTOR. In addition to the above, please provide the following information: Company NameAddressPoint of ContactCAGE CodePhone NumberE-mail AddressWeb Page URL Technical Considerations In addition to the information requested above, interested firms should submit sufficient information (limited to 15 pages) that will permit insight into their technical capabilities. We are attempting to gain insight into the level of market interest and competitiveness for this acquisition based on responses to the following: 1. Describe briefly the nature of the goods and/or services that your firm provides. 2.Describe your companys past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, and Government point of contact. 3.All previous C-130J WST variant designs have been based on contractor proprietary data. Given this constraint, describe your companys capabilities and experience in either generating or obtaining necessary technical data, engineering drawings and manuals. The Government has no rights to most of this essential data and therefore is unable to provide any significant data assistance. 4.Describe your experience in the manufacture/fabrication of similar training devices/components. 5.Describe your capabilities and experience in managing hardware/software development projects of this nature, to include subcontractor involvement. 6.What quality assurance processes and test qualification practices does your company employ? Contracting Office Information Interested offerors must submit, within 15 days from the publication date of this notice, their capability package describing the companys technical expertise and experience, personnel and facilities, and motivation for participating in this program. Responses should be sent to: 677 AESG/TS (C-130J MATS), 2300 D Street, Wright-Patterson AFB OH 45433-746, Attn: Rhonda Miller (email: Rhonda.Miller@wpafb.af.mil). Any technical questions should be referred to Dan Annett at (937) 255-3648 (email: Daniel.Annett@wpafb.af.mil) or Tim Dwyer at (937) 255-3665 (email: Timothy.Dwyer@wpafb.af.mil). The Contracting Officer is Rhonda Miller, (937) 255-3532 (email: Rhonda.Miller@wpafb.af.mil). An Ombudsman has been appointed to hear concerns during the proposal development phase of this acquisition. The purpose of the ombudsman is not to diminish the authority of the Program Manager or Contracting Officer, but to communicate the contractors concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in source selection. Interested parties may contact Karen E. Emery, ASC/CS, Deputy Chief of Staff, 1865 4th St, Bldg 14, Wright-Patterson AFB, Ohio 45433, telephone 937-656-4803, email karen.emery@wpafb.af.mil. For more information on "C130J, KC-130J and HC/MC 130J WEAPON SYSTEMS TRAINER", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5700
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ec5a020b4e8b0eed9e922a4af06b3fc2&tab=core&_cview=1)
 
Record
SN01602586-W 20080629/080627215631-ec5a020b4e8b0eed9e922a4af06b3fc2 (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.