Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 07, 2014 FBO #4761
SOURCES SOUGHT

16 -- C-27J Training System

Notice Date
12/5/2014
 
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
SSS-C-27J-TS-USAF
 
Archive Date
2/16/2015
 
Point of Contact
Shelley Coffe, Phone: 9376568950
 
E-Mail Address
shelley.coffe@us.af.mil
(shelley.coffe@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Synopsis (SSS) requests information for planning purposes in accordance with FAR 5.201. This SSS represents the initiation of market research for the C-27J Training System (TS) to include the United States Air Force and U.S. partners including Foreign Military Sales agreements. Responses to this notice are not considered offers and cannot be accepted by the USG to form a binding contract. The U.S. Government (USG) is conducting market research to identify, as potential sources, companies that may possess the expertise, capabilities, and experience to competently and competitively respond to the requirements of this effort for the design, development, production, integration, installation, and sustainment of the C-27J TS. Contractors/Institutions participating in this market research are advised their participation in this survey may not ensure participation in future solicitations or contract awards. Moreover, the USG will not reimburse participants for any expenses associated with preparation or participation in this survey. Respondents are solely responsible for all expenses associated with responding to this notice requesting information. Instructions: 1) Following is a brief description of procurement and sustainment requirements for the C-27J Training System program, a request for applicable business information, and a Contractor Capability Survey which allows you to provide your company's capabilities. 2) If you elect to participate in the market research, please provide documentation substantiating your company's capabilities and past experience pertinent to the C-27J Training System acquisition. Failure to provide sufficient information may result in the USG being unable to adequately assess your capabilities, thus limiting the effectiveness of this market research effort. 3) Both large and small businesses are encouraged to participate in this market research, and joint ventures or teaming arrangements are allowed. Please indicate if a joint venture is contemplated in your response and the status, including a date or estimate of ratification of the joint venture agreement. If capable of only some work, but not all items identified, please specify the areas of capability. Part I. Purpose and Requirements: Purpose of this market research is to identify potential sources that possess the expertise, capabilities, and experience to meet the requirements for the design, development, production, integration, installation, and sustainment of the C-27J TS program. Training devices required for this program shall be similar to the USG Air National Guard configuration baseline for the C-27J 'Spartan' aircraft. At this time the USG anticipates procurement to include a suite of C-27J training devices to include, but not limited to: Operational Flight Trainer or equivalent Weapon System Trainer with full motion level D requirements, Aircraft Interface Monitor/Smartboard, Avionics System Management Trainer, Loadmaster Part Task Trainer, Cockpit Procedures Trainer, Fuselage Trainer, Landing Gear Trainer, Flight Control Trainer, Engine and Propeller Trainer, Integrated Cockpit Systems Trainer. The number of training devices or combination required has not been determined. Contractor will need to provide all aspects of initial device operational training and management including all required operational training media (e.g., texts, training aids, manuals, diagrams, etc.), and courseware needed to operate, upgrade and maintain the devices after delivery. The USG projects a firm-fixed price type contract with up to a four year period of performance. Basic contract and options are subject to change. The Contractor shall deliver via commercial shipment and install the suite of C-27J training devices at multiple locations that may include sites in the Continental United States (CONUS) and/or Outside the Continental United States (OCONUS) in support of the USG and/or Foreign Military Sales agreements. The Contractor shall be responsible for the following sustainment requirements: Contractor logistics support (CLS) to include on-site preventative and remedial maintenance and technical support of the training devices; repair, modification or replacement of repairable items and purchase of additional consumable spares in support of such repairs, modifications or replacements; purchase of C-27J aircraft parts, information, and data from the C-27J aircraft Prime Contractor and/or Original Equipment Manufacturer as necessary; and purchase of organizational (O-level) support equipment and three (3) years of initial spare parts. Part II. Business Information : Please provide the following information for your company/institution and for any teaming or joint venture partners: Company/Institute name; address, point of contact, CAGE Code, DUNS Number, phone number, e-mail address, web page URL, and size of business pursuant to North American Industry Classification System (NAICS) Code 336413. Based on the above NAICS Code, 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) and a statement as to whether your company is domestically or foreign owned. If foreign owned, identify country of ownership. Small businesses that want to be considered for a small business set-aside should demonstrate how they would comply in order for the Air Force Life Cycle Management Center to determine if a small business set-aside under FAR 52.219-14, Limitation on Subcontracting, would apply. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Part III. Capability Survey Questions : Describe briefly your current capabilities for developing and producing aircrew and maintenance training devices. Moreover, describe your demonstrated past experience (no more than 5 total examples) in developing and producing aircrew and maintenance training devices (i.e. device fidelity, accreditation), performing CLS including description of specific CLS elements provided, and delivering and sustaining aircraft platform-related training devices as a comprehensive aircrew and maintenance training system to include: program name, USG or Contractor POC, description of effort (e.g., number of locations supported, number of Contractor personnel assigned, etc.), initial contract/task order award date and period of performance, cost of effort, and description of sustainment support strategy (e.g., on-call, modified on-call, etc.). Please indicate if your company was the prime contractor or subcontractor in each example. To better elicit responses, please address the following questions and request for specific information: What experience do you have developing and maintaining training devices technical data, engineering drawings, manuals and source code/media? Describe your experience to derive, acquire or facilitate agreement to ensure technical data availability. [NOTE: Be advised that relative to this C-27J Training System Program, the USG has no rights to the preponderance of data deemed essential for this program.] Do you own technical data that will be required for the design, development, production, and/or sustainment of the training devices? If no, please identify a method and/or process for collection and analysis to include schedule, resources, etc. required to obtain the data. If yes, please identify such technical data and indicate rights or restrictions associated with the data. Are you currently a party to any license agreement that will provide access to technical data? If yes, please identify such technical data and indicate rights or restrictions associated with the data. Describe your experience, to include issues and corrective action, in working with another company's proprietary data. Describe your capabilities and experience in modifying existing training systems/equipment (hardware and software) to solve problems/request for enhancements in the training system environment. Describe your experience in running a change management process during development/delivery ensuring the devices stay concurrent with the aircraft. Describe your capability and experience to ensure training and material support. Describe your experience of site activation/startup (i.e. delivery, on-site instruction) for setting up and beginning training at a new site. Please include relevant examples in the United States and/or OCONUS sites. Describe the top 5 risks you foresee in executing this type of procurement to include a brief summary of mitigation strategies for all items identified. Please describe your capability to provide device delivery to an OCONUS location. Briefly provide steps you would likely take to mitigate the risks. Respondents should indicate which portions of their response are proprietary and/or competition sensitive and should mark them accordingly Generic marketing material is considered an insufficient response to this RFI. Please limit responses to no more than 30 pages. Written responses (no facsimiles or e-mails please) must be received no later than 2:00 PM EST Friday, 30 January 2015. Please mail two (2) hardcopies and one(1) electronic copy of your response to this notice to: Simulators Division (WNSK), Attn: Ms. Shelley Coffe, Bldg 32, 2300 D Street, AFLCMC, Wright-Patterson AFB, OH 45433-7249.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/SSS-C-27J-TS-USAF/listing.html)
 
Place of Performance
Address: To be determined, United States
 
Record
SN03589264-W 20141207/141205234947-35234d2b571bfb9d05c4bdc373970d5a (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.