Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2014 FBO #4670
SOURCES SOUGHT

16 -- B-52 CONECT Production Program

Notice Date
9/5/2014
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft 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
FA862815RB52CONECT
 
Archive Date
10/7/2014
 
Point of Contact
Curtis P. Thatcher, Phone: 937-713-7593, Joseph P. Moore, Phone: 937-713-7595
 
E-Mail Address
Curtis.Thatcher@us.af.mil, Joseph.Moore.30@us.af.mil
(Curtis.Thatcher@us.af.mil, Joseph.Moore.30@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought announcement only. The Government is surveying the market to determine if any sources are qualified to perform ALL of the following requirements for this contract. Based on the responses to this sources sought synopsis, a Request for Proposal is anticipated to be released in the first quarter of FY15. The period of performance is anticipated to be up to five years. Requests for a solicitation will not receive a response. AFLCMC/WWB, Wright Patterson Air Force Base, OH is seeking potential sources capable of providing all personnel, equipment, facilities, supplies, services, materials, and management necessary for the production and delivery of an estimated forty-six (46) B-52 Combat Network Communications Technology (CONECT) modification kits, spares, readiness spare packages, and support equipment to include an estimated six (6) units of peculiar support equipment, an estimated fourteen (14) CONECT Mission Support System ground stations, an estimated one-hundred fourteen (114) Removable Storage Devices, and technical support. The modification kits provided under this effort include the infrastructure and Line Replacement Units required for installation of the CONECT system on the B-52H aircraft. The prospective contractor shall provide all engineering and program management tasks required to support the delivery of hardware and software and to resolve all Diminishing Manufacturing Sources and Material Shortages (DMSMS) issues required to maintain the verified production configuration, to include potential engineering redesigns and/or securing life of type buys of obsolete parts. In addition, the prospective contractor shall be expected to provide all of the integrated product support elements for the B-52 CONECT system, to include on-site installation support of the modification kits at the programmed depot maintenance line, depot activation support, interim contractor repair support, and field service representatives during the initial fielding of the system. This effort is in support of CONECT Full Rate Production (FRP) Program presently performed by the Boeing Company, the prime contractor. The Government will not provide any drawings or proprietary data. Any qualified sources must have an in depth knowledge of the B-52 aircraft and the B-52 CONECT system design, development, sustainment, and life-cycle management and have the existing capability to perform all of the stated requirements at the date of contract award. Interested sources must submit the following information for Government evaluation: (a) Description of existing weapon system experience relative to B-52 CONECT activities to include an outline of previous work performed (b) Description of capability to design, develop, integrate, fabricate, test, install and support improvements to weapon systems. This description shall include the contractor's capability to provide for the security of classified and unclassified hardware, software, and storage/handling of documentation up to the TOP SECRET, and Emergency War Order Levels. Minimum personnel security clearance requirements for this effort are SECRET (c) Qualifications of lead management and engineering personnel projected to work on this contract (to include education, background, accomplishments, and other pertinent information relevant to the tasks outlined above) (d) Organizational structure, with emphasis on how this program fits into the overall company's weapon system sustainment process (e) Information on existing plant, laboratory, test and production facilities required to accomplish the requirements in this sources sought synopsis, including TEMPEST facilities required to develop and test hardware and software (f) Any deficiencies in capability and a proposed fix to those deficiencies (g) If subcontractors are to be utilized, similar information as requested above for the prime contractor is required for each identified subcontractor. Please note that this source sought synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirements should submit in writing complete information describing their ability to provide the services described in this source sought synopsis. Firms responding to this synopsis must identify their company's capabilities to perform the requirements described herein, reference the synopsis number and indicate their business size for the selected NAICS code. The NAICS code is 336411. The Small Business size standard is 1500 employees. The information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Air Force not to open the requirement to open competition, based on response to this sources sought synopsis, is solely within the discretion of the Air Force. The Government will not pay for any information provided under this sources sought synopsis. In order to permit evaluation of technical capabilities, all interested sources shall submit the aforementioned information in writing (limit to 10 pages - 12 point font, single-spaced, 1" margins) either by hardcopy or electronically to the point of contacts listed in this sources sought synopsis prior to the closing date of this sources sought synopsis. Any electronic submissions shall be in a Microsoft Office 2010 compatible format. Any hardcopy submissions shall be submitted to the following address: Curtis Thatcher 2275 C St., Bldg 553 Wright Patterson AFB, OH 45433-7148
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA862815RB52CONECT/listing.html)
 
Record
SN03498765-W 20140907/140906000011-fc4f6e5c329e16acd1992592533a78b9 (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.