SOURCES SOUGHT
R -- Contractor Logistics Support (CLS) for the Air Force AN/FYQ-156 Battle Control System (Fixed) Increment 3.1Hardware
- Notice Date
- 6/4/2009
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- 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
- BCSF0001
- Point of Contact
- Jody L Lindley, Phone: 801- 586-9128, Alan Gibson, Phone: 801-586-3360
- E-Mail Address
-
jody.lindley@hill.af.mil, alan.gibson@hill.af.mil
(jody.lindley@hill.af.mil, alan.gibson@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- For planning and information purposes, the Ogden Air Logistics Center, 500 Combat Sustainment Squadron, Atmospheric Early Warning System Flight (500 CBSS/GBLA) is seeking potential sources for Contractor Logistics Support (CLS) of the AN/FYQ-156 Battle Control System-Fixed (BCS-F) hardware. Hardware includes Hewlett Packard (HP) servers, workstations, and monitors; non-HP routers and switches; and interface computers requiring support contracts with third party vendors for hardware sustainment. The HP hardware will be under warranty for the first nine months of the anticipated contract. Technical Order documentation and updates will be required for equipment undergoing configuration changes. The anticipated contract will require a contractor to provide services to plan and manage logistics for the previously described hardware by ensuring the following locations have an appropriate level of spare parts on site at four U.S. sectors: Eastern Defense Sector (EDS) near Rome, NY; Western Defense Sector (WDS) near Tacoma, WA; Hawaii Region Air Operations Center (HIRAOC) near Oahu, HI, and Alaskan Region Air Operations Center (AKRAOC) near Anchorage AK, a System Support Facility (SSF) at Tyndall AFB, FL, and HP hardware at the Canadian sector (CADS) near North Bay, Ontario, Canada. This requirement is anticapted to be full and open competition (large and small businesses). If the Government determines two small businesses are cabable this effort will be small business set aside. The government requests that interested companies complete the attached Market Survey to provide a summary of relevant experience regarding hardware logistics sustainment to include spares ordering, storage, and distribution; determining adequacy of spares levels, warranty management, diminishing manufacturing sources and obsolescence tracking, monthly report submission, parts control, and making recommendations regarding technical refresh of all BCS-F Increment 3.1 hardware to include timing and hardware identification. Current sustainment is via an Interim Contractor Support contract with the BCS-F prime contractor supporting approximately 183 items. In 42 months of operation of similar BCS-F Increment 2.X equipment in the same operational environment, there have been 289 total failures of 51 unique items, with the maximum number of items being shipped in a month being 15 and the minimum being 3. 1. Please describe your company's experience providing the requested services under the job description in paragraph 1. 2. Please describe any experience your company has in establishing subcontracts with third party suppliers of repair services as an OEM. 3. Please describe any experience your company has in producing documentation or updating Technical Orders. 4. Please describe your company's understanding and incorporation process of the Department of Defense Unique Identification (UID) requirements for military parts/equipment. 5. Please describe your company's experience in dealing with and shipping export control equipment to Canada. 6. Please describe your company's experience with receiving end of life notices from the OEM's due Diminishing Manufacturing Sources and Materials Shortages (DMSMS) and the way you notify your customer. 7. Please describe your company's experience dealing with or identifying Form, Fit, and Function or Interface (F3I) replacement to LRU's, and their integration into the system due to DMSMS issues. 8. Describe your company's capability and experience with supportability and sustainment of a system that is comprised of a high percentage of COTS items. 9. Please describe your company's experience with providing technical assistance and troubleshooting of hardware issues in support of the customer. 10. Please describe any experience your company has providing technical refresh recommendations. 11. Describe your company's experience dealing with items that still have OEMs warranties and recommendations for possible extension of those warranties. 12. Should your company be awarded the Contract Logistics Support (CLS) for support of the AN/FYQ-156, please describe a notional time frame that your company needs to begin performing the functions described above. 13. Please provide any additional information you feel would assist the government in determining your ability to support this type of workload.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/BCSF0001/listing.html)
- Place of Performance
- Address: Hill Air Force Base, HAFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN01836266-W 20090606/090604235651-f62b45a0b6baf8b5af9e596e04947628 (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 |