Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2009 FBO #2895
SOURCES SOUGHT

16 -- Sensor Pantry Maintenance

Notice Date
10/26/2009
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, Nevada, 89191-7063, United States
 
ZIP Code
89191-7063
 
Solicitation Number
F3GECA9257A001S
 
Archive Date
11/18/2009
 
Point of Contact
Stephen M. Colton, Phone: 7026523365
 
E-Mail Address
Stephen.Colton@nellis.af.mil
(Stephen.Colton@nellis.af.mil)
 
Small Business Set-Aside
N/A
 
Description
MEMORANDUM FOR POTENTIAL OFFERORS FROM: 99 CONS/LGCB SUBJECT: Request for Information (RFI), for Sensor Pantry Maintenance 1. This is a RFI notice only. This RFI is issued for the purpose of market research in accordance with FAR Part 10. This is a new requirement. This is not a Request for Proposal (RFP). However, a subsequent RFP is to follow this RFI. 2. The 99th Contracting Squadron is seeking market information from qualified, experienced and interested contractors in providing the following services listed below for the Sensor Pantry Asset. The Sensor Pantry Asset is a captive carry missle. The minimum acceptable SENSOR PANTRY asset effectiveness rate is 90%. For any 10 attempted flights, 9 must occur without CATM failure. Effectiveness is defined as sensor operation, successful communication to the aircraft, and data transmission and reception. Effectiveness will be evaluated during airborne trials and tracked by project analysis. Cost control is an essential element of the maintenance program and emphasis should be placed on finding and utilizing commercial off-the-shelf (COTS) materials and software that meet MILSPEC requirements. Where possible, the Contractor shall provide alternatives for reducing project costs. The contractor shall provide overall technical support, acting as the liaison between Test Squadrons and Aircraft Maintenance Units (AMU) to coordinate CATM requirements, schedules, and maintenance plans as determined by the Test Director. A member of the 59th TES will serve as the focal point for Quality Assurance. The 57th Aircraft Maintenance Squadron, F-15 Production Office, as well as Eagle AMU will coordinate with the contractor on all on-aircraft activities to include permitting access to the aircraft and SENSOR PANTRY movements. The contractor will obtain the flying schedule from either Eagle AMU or 422 TES/59 TES Test Director no later than one week prior to upload requirements., The 59th TES will advise the contractor of anticipated use of the asset NLT 30 days prior to flight. The contractor shall maintain maintenance logs of the SENSOR PANTRY assets and catalog operations use (flights/duration) and maintenance inspections and deficiencies (via Excel or similar electronic format). These logs shall be submitted to the assigned 59th TES Quality Assurance Representative as required. These logs will be considered government property and will remain within the government at the conclusion of the contract. Functional Checks. The contractor shall perform complete SENSOR PANTRY functional checks in accordance with existing SENSOR PANTRY standards of operation and engineering data. These functional checks include all-up-round built-in test (BIT) and external BIT checks, integrity checks between aircraft/CATM, pre-mission checkout and post-mission download of stored mission data, if required. Functional checks should be performed prior to aircraft loading and any CATM deficiencies resolved prior to loading. The contractor shall be responsible for annotating the results of functional checks in the aircraft forms binder, IAW AFI 21-101. Uploads and Downloads. The contractor shall upload and download the SENSOR PANTRY asset as required to support flight operations. All movements will be coordinated with Eagle AMU to insure efficiency and access. The contractor shall expect no more than two uploads and downloads a day, with no more than four days of use per week. Expected sortie load on an annual basis is less than forty sorties. Crossloads. In the event of aircraft maintenance trauma, it is expected the SENSOR PANTRY asset be moved to a spare aircraft in under ten minutes. This will be accomplished by the contractor in coordination with maintenance personnel. Aircraft forms will be updated prior to flight, IAW AFI 21-101. Contractor personnel must be available during aircraft launch to effect said crossload if it is necessary. SENSOR PANTRY Maintenance. The contractor shall accomplish troubleshooting and repair of the SENSOR PANTRY system (system components, aircraft connectors) as well as preventative maintenance as required by manufacturer engineering data. This troubleshooting/repair will consist of identifying the problem, testing the pod, and replacing internal SENSOR PANTRY modules as required (repairing connectors, wiring, fitment, etc). Regular procurement of inert gases off-site is required for the contractor to assure system cooling requirements. The contractor is responsible for all necessary permits, logistics, and storage of these inert gases. Spare parts may require fabrication. Basic electronic component repair/fabrication may be required to keep the CATMs working properly. PERSONNEL QUALIFICATIONS: The mission and equipment of 59 TES and the 422 TES are technical and require the contractor to have the following qualifications: Contractor personnel required for the contract award shall(1) possess, or have the ability to acquire, the facility, secret and other security clearances listed on the Contract Security Classification Specification (DD Form 254) attached to this solicitation, (2) at least three years of experience in the maintenance and repair of SENSOR PANTRY assets and (3) the ability to provide accurate scientific technical support, subject matter expert advice, and corporate knowledge from a historical perspective to the program manager regarding this asset. 3. Request interested firms respond to the following. a. Identify your firm's information (name, address, phone number, CAGE code). b. Identify if your company is a large or small business. If applicable, identify what small business program(s) (i.e. SBA Certified 8(a), Service Disabled Veteran Owned), Hubzone, etc. your company is certified as. c. Identify the appropriate amount of calendar days required to respond to a RFQ. d. What is the timeframe needed for the start of service from time of award. e. What type of contract vehicle would you be using (GSA, SEWP or Open Market, etc.)? f. Any other comments, feedback or response on how to improve this requirement is highly encouraged. g. The Government wants to ensure transparency of this process and ensure interested firms are provided the same information. If your firm has a question regarding this RFI, can the Government post your firm's questions, along with the Government's response, in FedBizOpps (your firm's name will not be disclosed to the public)? 4. Responses typed in a Word document will only be accepted. Please send responses via email to the primary point of contact, Mr. Stephen Colton, at Stephen.Colton@nellis.af.mil, no later than Tuesday 3 NOV 2009, 4:00 pm Pacific Time. Earlier submission is highly encouraged. 5. This RFI notice is issued for planning purposes only. Responses to this notice will assist the Government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. This notice does not obligate the Government to award a contract, nor does it obligate the Government to pay for any bid/proposal preparation costs. 6. If you have any questions, please feel free to contact the Contract Specialist, Mr. Stephen Colton, at (702) 652-3365.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/99CONS/F3GECA9257A001S/listing.html)
 
Place of Performance
Address: Nellis AFB, Las Vegas, Nevada, 89191, United States
Zip Code: 89191
 
Record
SN01991818-W 20091028/091026234213-e9519cf698709c78c89e12c625676569 (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.