Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2013 FBO #4108
MODIFICATION

C -- Weapon System Support and Analysis - Industry Day Announcement

Notice Date
2/20/2013
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering 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
FA8202-13-R-0553
 
Archive Date
3/12/2013
 
Point of Contact
Michelle Carpenter, Phone: 801777-3559, Timothy E. Arbon, Phone: 8015863209
 
E-Mail Address
michelle.carpenter@hill.af.mil, tim.arbon@hill.af.mil
(michelle.carpenter@hill.af.mil, tim.arbon@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Industry Day Announcement REQUEST FOR INFORMATION A-10 Weapon System Support and Analysis NAICS: 541330 NOTICE: This is not a solicitation but rather a Request For Information (RFI) to determine potential sources for information and planning purposes only. The purpose of this RFI is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 541330, Engineering Services, Military and Aerospace Equipment and Military Weapons which has a corresponding size standard of $35.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hub zone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. DESCRIPTION The Air Force is seeking potential contractors who are interested in providing engineering services to the A-10 System Program Office (SPO). This notification is a request for information to identify potential contractors who have the skills, experience, data or data-rights, and knowledge required to successfully complete this effort for the A-10 SPO at Hill Air Force Base, Utah and does not constitute a commitment, implied or otherwise, that a procurement will be accomplished. This is not a request for proposal or invitation for bid. To be considered as a potential source for this requirement, a Contractor will be required to submit data in response to the future solicitation, verifying capabilities to meet the requirements on solicitation. The contractor is requested to respond to this RFI as identified in the "Responses" section of this RFI. Based on the "Notes" section of this RFI, it shall not be construed that the Government for contractor responses to this RFI. BACKGROUND The A-10 SPO is the primary integrator for all modifications and sustainment changes for the weapon system and the current and anticipated dynamic battlefield environments drive many modernization and sustainment changes to the A-10 legacy aircraft, creating unique requirements to maintain the A-10 throughout its life cycle. Modifications affecting all A-10 functional areas and interfaces to include mechanical, structural, electrical, avionics, weapons, support equipment and operational flight programs (OFP), continue to evolve at an unprecedented pace. Starting with the A-10 Wing Replacement Program (WRP), the A-10 SPO has implemented Siemens Product Lifecycle Management (PLM) products for configuration and control of 3D models and all associated technical data. The currently owned and used products are the basic TeamCenter Configuration Management Module and the TeamCenter In-service (Maintenance, Repair and Overhaul (MRO)) module. As a result of the success on the WRP, the A-10 SPO is expanding the use of Siemens PLM technology and processes for other elements and lifecycle processes of the A-10 aircraft. The A-10 WRP TeamCenter Steering Committee has developed an implementation outline including such capabilities to include but not limited to additional functionality for engineering, interfaces with USAF systems, support for commodities, supplier interaction, and depot support. As the use of TeamCenter PLM technology and processes spreads beyond the WRP's current release, a more detailed implementation strategy, roadmap and plan is required. This plan needs to consider and dovetail with the Air Force PLM Initiative (PLMi) strategy plan, the A-10 SPO realignment with Air Force Life Cycle Management Center (AFLCMC) Fighters and Bombers Program Executive Office (PEO) and the Siemens PLM product roadmap. A-10 SPO requires support to develop and execute such an implementation strategy, roadmap, and plan. The goal of the new A-10 SPO Process, System Design and Implementation Support services is threefold: a. Refine/Develop a Strategy and Implementation Plan for the continual improvement and expansion of the current TeamCenter environment for configuration management across the rest of the weapon system. b. Refine/Develop, map and document standard logistics and engineering processes and procedures and their information technology interfaces for the sustainment of the A-10 in the AF inventory. c. Further develop standard engineering processes and policy (tools, templates and training) for efficient future acquisition and sustainment of the A-10 aircraft. OBJECTIVE This effort is to acquire engineering services to identify new and developing technologies that can support the accomplishment of A-10 missions and either eliminate or minimize operational and/or sustainability gaps. The Contractor will have to perform integrated systems engineering to deconflict and integrate A-10 baselines, architecture, programs and processes. These include the necessary tools, templates and training for efficient future acquisition and sustainment of the A-10 aircraft. Specific tasks include the provision of a deconfliction matrix, updates, integration and support of products, views or documents called out in the Performance Work Statement (PWS), the analysis for the Support Equipment Roadmap, baseline maintenance, A-10 Weapon System Management Environment (AWSME) maintenance, TeamCenter software support, and configuration technical support. The Contractor must obtain applied knowledge of current Air Force Systems and maintenance engineering processes, as well as logistics management best practices using ERP/APS processes in governmental agencies. Additional knowledge specifically related to Department of Defense (DoD) and Air Force logistics goals, objectives, and current practices is also required. The Contractor must be familiar with the DoD Architecture Framework (DODAF) 2.0, as well as the documents listed in the Appendices of the PWS. TASK REQUIREMENTS See attached PWS (Draft) RESPONSES Please note that the Government will not exclude any specific contractor from competition on this requirement, unless a contractor is automatically excluded as a result of a regulatory exclusion of certain type of contractors (e.g. small business set-aside). Interested parties are requested to submit (with rationale) a summary demonstrating their advanced systems engineering skills, expertise, and experience in support of the A-10 Weapon System in the following areas: 1. Use and develop A-10 DoDAF Architectures as system engineering tools and applications for requirements gap tracking to unequivocally tie requirement gaps to mission requirements in order for the AF to clearly justify obtaining funding for sustainment and modernization. 2. Use and understand the structure and relationships within CORE to develop required macros, views and information required for systems engineering analysis including comparing CORE to other system architecture tools. 3. Develop an A-10 Platform Obsolescence Plan (APOP). Facilitate APOP execution to prioritize and track the support from Air Logistics Complexes (ALC) item managers and their teams. This will support reporting and resolution of the obsolescence issues on the A-10 commodities for which they are responsible. This includes the use of the AVCOM obsolescence database tool and the ability to load all A-10 Avionics commodities not already loaded into AVCOM Tier 4. 4. Analyze/refine data system integrations in support of the tasks identified in the PWS involving systems such as Weapon System Management Toolset (WSMT), Siemans TeamCenter, AWSME, Joint Reliability Availability Management System (JRAMS), and Reliability & Maintainability Information System (REMIS). 5. Use and support Siemans TeamCenter PLM software technology in support of the following: A-10 strategy plan, implementation of systems engineering requirements, update business processes, systems integration design, enterprise architecture development, configuration management, risk management, and change management. Provide expert knowledge of current Air Force systems and maintenance engineering processes, using the Siemens TeamCenter product suite and knowledge of logistics management best practices using Enterprise Resource Planning/Advanced Planning & Scheduling (ERP/APS) processes in governmental agencies is required. 6. Refine and facilitate systems engineering processes for the integration of A-10 Operational Flight Program (OFP) and hardware with the 309th Software Maintenance Group (SMXG) and the A-10 SPO. 7. Understand Air Force and A-10 processes and apply them to reviewing and updating A-10 SPO engineering documentation. 8. Interested parties are also asked to provide the following additional information: a. Provide supporting rationale that your company possesses, soon will possess, or has/will-have a formal business relationship with entities that do possess, all of the following: data, drawings, data/software rights, and other technology that are necessary for meeting the requirement(s) identified above, and which the Government will not be providing. If your company identifies such ability, but still needs any minimal data and or data/software right from the Government in order to have the ability to accomplish the effort, please identify details. b. If your company's solution involves other contractors (e.g. sub-contractors, vendors, etc.) to be able to successfully perform this requirement, provide official confirmation (e.g. emails/letters etc.) from such contractor(s), and make sure that each confirmation does the following: (1) identifies that the contractor is willing to work with your company; and (2) identifies the likelihood of such a commitment. c. If company identifies itself as a Small Business, indicate (with supporting rationale) if/how your company would be a Small Business given the restrictions identified in sub-paragraph (b)(1) of Federal Acquisition Regulation (FAR) Clause 52.219-14 since the primary purpose is a service. If your company will rely on agreements from other contractors to use their data, provide additional rationale of how these FAR restrictions would be met. d. Identify (with rationale) if a firm-fixed-price pricing arrangement is not appropriate for all requirements other than travel (which are anticipated to have cost-reimbursement no-fee pricing arrangements). e. Based on NAICS code identified for this RFI, provide company's size, and identify any small business socio-economic program. Also identify the cage code of your company. f. Provide verification that the NAICS code identified on top page of this RFI is appropriate, or provide suggestions with supporting rationale as to why it isn't appropriate. g. This requirement will include the delivery of data and software. Confirm understanding that the Government will receive unlimited rights pertaining to eligible data under DFAR 252.227-7013, 252.227-7014, and 252.227-7015 (e.g. data necessary for maintenance and operations). h. Identify and describe past experience with DoD computer security and Information Assurance requirements necessary to achieve and maintain an Authorization to Operate (ATO) on DoD computer networks. Describe any experience with producing documentation for DoD Information Assurance Certification and Accreditation Process (DIACAP) or its predecessor DoD Information Technology Security Certification and Accreditation Process (DITSCAP). Identify and describe any experience evaluating Time Compliance Network Orders, and maintaining security patches to the Microsoft Windows Server TM operating system. i. Responses shall be no more than 15 pages and must be presented in a format that identifies each specific question with a direct response. The Governments primary points of contact must be able to clearly identify the above information. NOTES This is not a request for proposal (RFP) or an invitation for bid, nor is it to be construed as a commitment by the Government. The Government does not intend to make an award on the basis of this sources sought synopsis/RFI for information or otherwise pay for the information solicited herein. Copies of the submitted information will be reproduced and review may be used to develop a request for proposal. Only non-classified information shall be provided in your response, and your response should be reviewed to assure that there are not any operational sensitivities identified. Contract performance may also involve data that is subject to export control laws and regulations. Only contractors who are registered and certified with the Defense Logistics Services Center, and have an approved DD Form 2345, will be provided copies of any related solicitation (including DRAFT RFP) or other data subject to foreign disclosure restrictions. CONTACT INFORMATION Primary points of contact are: • Michelle Carpenter, Contract Negotiator at 801-777-3559 michelle.carpenter@hill.af.mil • Tim Arbon, Contracting Officer at 801-586-3209 tim.arbon@hill.af.mil • Lt Jocelyn Saari, Program Office at 801-777-3390 jocelyn.saari@hill.af.mil Please be sure to respond to both names listed above when submitting RFI responses. Address: Department of the Air Force, Air Force Materiel Command, OO-ALC/WWAK, 6072 Fir Ave, Bldg 1233 Hill AFB, UT, 84056 RESPONSE INFORMATION REQUESTED BY COB 8 February 2013 and must be emailed to Michelle Carpenter, Tim Arbon, and Jocelyn Saari (listed above). Although this announcement officially closes on 25 February 2013, please send responses no later than 8 February. NOTE: Our office intends to hold an Industry Day prior to the end of February; thus, we request all responses by 8 February 2013 to allow time for further clarifications before the Industry Day. A separate announcement will be sent to each responder and posted on FedBizOpps announcing the official Industry Day and details. At that time, interested parties must submit the names of all people planning on coming to Industry Day to Michelle Carpenter (contact information listed above). There will be a maximum of three persons allowed for each party attending Industry Day. An Industry Day has been scheduled for 6 March 2013. Please see the attached document pertaining to the Industry Day.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8202-13-R-0553/listing.html)
 
Place of Performance
Address: Department of the Air Force, Air Force Materiel Command, OO-ALC/WWAK, 6072 Fir Ave, Bldg 1233, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN02991216-W 20130222/130220234352-b983e22daf38509a6c70eb79e2159bc8 (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.