SOURCES SOUGHT
16 -- C-130J India Aircrew & Maintenance Trainers
- Notice Date
- 8/1/2014
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8621-14-R-6329
- Archive Date
- 9/5/2014
- Point of Contact
- Debbie L. Burtch, Phone: 9376568934
- E-Mail Address
-
debbie.burtch@us.af.mil
(debbie.burtch@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- C-130J India (IN-D-SAD) Aircrew & Maintenance Trainers (A&M) Request for Information/Sources Sought Synopsis (RFI/SSS) Solicitation Number: FA8621-14-R-6329 1 August 2014 1. REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES This is an RFI only in accordance with Federal Acquisition Regulation (FAR) 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Only United States companies will be considered for contract award. The Government is conducting market research to identify, as potential sources and subcontracting opportunities, firms that may possess the expertise, capabilities, experience and necessary data to competently and competitively respond to all requirements to develop, build, deliver and maintain the C-130J A&M support to the country of India. Firms responding to this announcement should indicate whether they are an other than small business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone). The Government does not intend to award a contract on the basis of this RFI/SSS or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection FAR 31.205-18, Bid and Proposal costs, of the FAR. Companies responding to this RFI/SSS are advised that participation does not ensure involvement in future solicitations or contract awards. The Government shall not reimburse any company or individual for any expenses associated with preparation or participation in this RFI/SSS. Respondents are solely responsible for all expenses associated with responding to this RFI/SSS. 2. PROGRAM REQUIREMENTS 2.1 Program Description The anticipated intended primary mission for the India C-130J program is to procure and maintain the C-130J A&M. The C 130J A&M user is the Indian Air Force (IAF). The anticipated, upcoming contract will require successful offerors to produce and support the following: • Computer Based Trainer (CBT) that matches the IAF C130J system • Communication Navigation Intercom - Management Unit (CNI-MU) Emulator software that matches the IAF C-130J • Multi-Function Control Display (MFCD) Emulator software that matches the IAF C-130J • Integrated Procedures Trainer (IPT) and/or Multi-Function Training Aid (MFTA) that mirrors the IAF C-130J cockpit with mid-range fidelity training The requirements of this contract shall consist of the procurement for the A&M and Contractor Logistics Support (CLS). The A&M procurement represents approximately 90% of the requirements under this effort with CLS encompassing the remaining 10%. The CLS and instruction functions shall be required as on call services. Support shall be given via phone, email, and on-site if needed. Travel to Panagarh, India for CLS support will be required to resolve issues that cannot be resolved via phone and email support. Travel to Panagarh, India will be required for A&M familiarization following delivery and set up of the A&M trainers. Delivery of the A&M trainers is anticipated to be in country within 24 months of award. The A&M trainers must be designed to meet 95% availability. 2.2 Capability Required The contractor shall be responsible for development, integration, testing, delivery, maintenance and updating the C-130J A&M as required. The logistics support system shall provide preventative maintenance, the repair or replacement of repairable items and the purchase of additional spares in support of such repairs or replacements. Additionally, equipment, tools, materials and other items and services necessary to accomplish maintenance and repair of the training devices. Contract Support Requirements. The contractor shall be required to: • Provide operational/maintenance support for IAF C-130J A&M. • Adhere to the Information Assurance (IA) requirements and documentation for IAF devices. • Manage and maintain provided spares, support/test equipment and technical data required to sustain the C-130J A&M. • After delivery and set up of the A&M provide initial familiarization training to IAF. • Provide on call CLS to include, but not be limited to, the following: a. Contractor site inventory management b. Inventory storage and control spares delivered for the training system c. Distribution and management of supportability assets d. Logistics analysis and supportability assessment issues pertaining to CLS e. Execution of supportability quality audits f. Development and management of logistics data as a result of engineering sustainment or part obsolescence/replacement. Security Requirements. The contractor shall be required to have a CLASSIFIED facility clearance. Personnel performing tasks for the C-130J A&M will require access to information contained in technical data, films, specifications, and/or related equipment. Contract Specifications. It is anticipated that this effort for the C-130J MLTS shall commence on or about 1 March 2015. The Government anticipates contract period of performance to be five years. Delivery of the A&M devices is necessary within 24 months of award. CLS support will be awarded as yearly options following delivery of the devices. This contract shall include all the modifications and block upgrades necessary to keep the currency between the training devices and the aircraft. Minimal block upgrades are anticipated at this time. The contractor shall be responsible for providing on-call CLS to minimize down time impacts to aircrew and maintenance trainers. TECHNICAL DATA IS NOT AVAILABLE FOR THESE REQUIREMENTS. Technical data associated with the C-130J aircraft is propriety to Lockheed Martin Aeronautics Company. The government does not own any technical data associated with this effort. 3. PROGRAM REQUIREMENTS 3.1 Company Response Both large and small businesses are encouraged to participate in this market research. The results of this market research will allow the Government to make a determination as to whether this effort will be a sole source, full and open, or small business set-side acquisition. It is advised that you provide a sufficient response to all capability questions to allow the Government to appropriately assess your capabilities. However, consideration will be made if your company is capable of performing only specific portions of the consolidated requirement. If your company's response is for only portions of the effort please submit a response that includes the areas your company is capable of performing and how your effort could be integrated into the overall requirement. 3.2 Business Information In response to this RFI/SSS, please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • Commercial and Government Entity (CAGE) Code: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturing. Size standard: 1,000 employees. NAICS code for this requirement, if applicable to this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM. Based on this NAICS Code, state your company business size. If you are a Small Business (SB, WOSB, EDWOSB, SDB, 8(a), HUBZone, VOSB, SDVOSB), please explain whether your company would be capable of meeting the requirements of FAR 52.219-14, Limitations on Subcontracting.  Small Business (Yes / No)  Woman Owned Small Business (Yes / No)  Small Disadvantaged Business (Yes / No)  Economically Disadvantaged Women-Owned Small Business (Yes / No)  Disadvantaged Women-Owned Small Business (Yes / No)  8(a) Certified (Yes / No)  HUBZone Certified (Yes / No)  Veteran Owned Small Business (Yes / No)  Service Disabled Veteran Owned Small Business (Yes / No)  Large Business (Yes / No) • System for Award Management (SAM) Registered (Yes / No) (Must be registered in SAM database for a DoD contract award) • A statement verifying that your company is domestically owned. 3.3 Capability Survey Questions General Capability Questions: 1. Describe your company's past experience on previous projects (no more than five examples) similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager). Include your company's responsibility/role as a prime and or subcontractor on each of these projects. 2. Describe your company's capabilities and experience in managing technical data, engineering drawings, manuals, and source code/media. 3. Describe your company's capabilities and experience with site activation/startup for setting up and beginning training at a new site and/or simultaneously at multiple locations. Please include any work performed outside the United States. 4. Describe your company's capabilities to work collaboratively with another prime contractor. 5. Describe your company's capabilities in IA and its associated documentation. 6. Describe your company's capabilities for generating, handling, processing, and storing classified material and data. 7. Describe your company's capabilities and experiences in worldwide deployment and support of complex training systems simultaneously at multiple locations, including locations outside the United States. Repair Questions: 1. Describe your process for identifying and resolving parts obsolescence and Diminishing Manufacturing Sources (DMS) problems. 2. Describe your process for maintaining inventory records and reporting on hand/in work balances and repair status to your customer. Financial Capacity Questions: 1. Describe your financial capacity to successfully perform this contract. Describe your capacity to support contracts ranging from $10 to $20 million per year. 3.4 General Information In response to this RFI/SSS, please provide the following general information for your company/institution and for any teaming or joint venture partners. • Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. • Describe the major risks you foresee in executing an effort of this scope. What steps would you likely take to mitigate the risks? • What data will you require of the Government to assemble a proposal for this effort? Please keep in mind that technical data will not be available for this effort. • Describe the small business utilization percentage for the consolidated requirement to include the rationale supporting the recommended percentage. • Describe any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy. • Are there any commercial business practices unique to your industry? If so, please describe. 4. ADMINISTRATION An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate concerns during the proposal development phase of this acquisition. Potential sources should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential sources are invited to contact AFLCMC's Ombudsman with serious concerns only: Ms. Jill Willingham, AFLCMC/AQP 1790 10th Street Wright-Patterson AFB, OH 45433-7630 Tel: 937-255-5472 Fax: 937-255-7916 jill.willingham@us.af.mil THIS SYNOPSIS DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR AN INVITATION FOR BID (IFB) AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS NOTICE. Interested sources are required to respond within 30 days of this posting with a statement of capabilities and the requested information. Respondents should indicate which portions, if any, of their response are proprietary and should mark them accordingly. Formal responses should be e-mailed to Debbie Burtch at debbie.burtch@us.af.mil. It is requested that responses be submitted by close of business 2 September 2014. Technical questions regarding this RFI/SSS should be directed to Manny Fernandez Program Manager, AFLCMC/WNSPA, at manuel.fernandez.1@us.af.mil Direct and concise responses are preferred. Responses should clearly demonstrate an ability to meet the stated requirements. Recent relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Marketing material is considered an insufficient response to this RFI/SSS. Please limit responses to no more than ten (10) single-sided, 8.5"x11" pages. A point of contact that can speak for the responding company should be identified to support further Government inquiries as well as explanations that might be needed with regard to the information provided. The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8621-14-R-6329/listing.html)
- Place of Performance
- Address: Wright-Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN03447264-W 20140803/140801235344-cf70e1d0539029918f42dfc1b5de0926 (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 |