Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2016 FBO #5258
SOLICITATION NOTICE

58 -- Bomber Armament Tester (BAT)

Notice Date
4/14/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8533-16-R-0001
 
Point of Contact
Philip E. Earthly, Phone: 478.222.8330, Sandra E. Harvey, Phone: 478-926-0156
 
E-Mail Address
philip.earthly@us.af.mil, Sandra.Harvey@robins.af.mil
(philip.earthly@us.af.mil, Sandra.Harvey@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Description: This is a notice of intent that AFMC AFLCMC/WNKABB, Support Equipment and Vehicles Division, at Robins AFB GA, anticipates issuing a Request for Proposal (RFP) for a research and development effort to design, develop, integrate, test, manufacture, and sustain a Bomber Armament Tester (BAT) System. The BAT System will merge the functionality of six (6) obsolete legacy bomber testers into a common, deployable, nuclear-certified, self-test capable test system that will be used on the B-2A, B-1B, and B-52H bomber platforms in an effort to reduce armament tester proliferation by the United States Air Force. For the purpose of this effort, a "BAT System" is defined as consisting of the core tester and supporting Units Under Test (UUT) Test Program Sets (TPS) required to support respective B-2A, B-1B, or B-52H weapon systems. A UUT TPS includes all cables, interface test adapters, software, and technical documentation needed to test a UUT. This effort shall follow an incremental approach, and three increments are planned. Increment 1 will include the initial Engineering and Manufacturing Development (EMD) of the common core tester and all UUT TPSs for the B-2A, one (1) B-1B MRPL TPS, and one (1) B-52H SUU-67 TPS, as well as production of common core testers and all UUT TPSs for the B-2A. Increment 2 will cover design, development and production of UUT TPSs for the B-1B, and Increment 3 will cover design, development, and production of UUT TPSs for the B-52H. The transition from EMD to production in each increment will be executed by exercising an option. This will be a C-type contract with pricing arrangements of Cost-Plus-Incentive-Fee, Fixed-Price-Incentive-Successive Targets, Firm-Fixed Price and NSP consisting of a basic period and eleven (11) options. Five (5) options cover EMD and production, and six (6) options cover Interim Contractor Support. The estimated period of performance is 9 years. Anticipated Schedule B is as follows: CLIN NOUN Pricing Arrangement QTY Unit Basic Period 0001 Engineering and Manufacturing Development-Increment 1-Core Tester, B-2A UUT TPS, B-1B MPRL UUT TPS, and B-52 SUU-67 UUT TPS CPIF 1 LO 0002 Data (CDRLs) NSP 1 LO 0003 EMD Schedule Incentives 0003AA CDR Schedule Incentive (20%) FFP 1 LO 0003AB SVR Schedule Incentive (30%) FFP 1 LO 0003AC PRR Schedule Incentive (50%) FFP 1 LO Option 1 0004 Production - Production BAT System B-2A FPIS 0004AA Production of BAT Systems (Core Testers and UUT TPSs) FPIS 19 EA 0004AB Production of BAT Systems (Core Testers and UUT TPSs) FPIS 19 EA 0005 Data (CDRLs) Required During Production NSP 1 LO 0006 Provisioning (As Ordered) FFP 1 LO 0007 Familiarization FFP 1 LO Option 2 1001 Engineering and Manufacturing Development-Increment 2 B-1B UUT TPS CPIF 1 LO 1002 Data (CDRLs) NSP 1 LO 1003 EMD Schedule Incentives 1003AA CDR Schedule Incentive (30%) FFP 1 LO 1003AB PRR Schedule Incentive (70%) FFP 1 LO Option 3 1004 Production II - Production BAT System B-1B FPIS 1004AA Production of BAT Systems (Core Testers and UUT TPSs) FPIS 17 EA 1004AB Production of BAT Systems (Core Testers and UUT TPSs) FPIS 16 EA 1005 Data (CDRLs) Required During Production NSP 1 LO 1006 Provisioning (As Ordered) FFP 1 LO 1007 Familiarization FFP 1 LO Option 4 2001 Engineering and Manufacturing Development CPIF 1 LO 2002 Data (CDRLs) NSP 1 LO 2003 EMD Schedule Incentives 2003AA CDR Schedule Incentive (30%) FFP 1 LO 2003AB PRR Schedule Incentive (70%) FFP 1 LO Option 5 2004 Production III - B-52H FPIS 2004AA Production of BAT Systems (Core Testers and UUT TPSs) FPIS 19 EA 2004AB Production of BAT Systems (Core Testers and UUT TPSs) FPIS 20 EA 2005 Data (CDRLs) Required During Production NSP 1 LO 2006 Provisioning (As Ordered) FFP 1 LO 2007 Familiarization FFP 1 LO Option 6- 11 3001 Interim Contractor Support (Help Desk) FFP 1 LO 3001AA ICS in Year Four (4) - 12-months FFP 1 LO 3001AB ICS in Year Five (5) - 12-months FFP 1 LO 3001AC ICS in Year Six (6) - 12-months FFP 1 LO 3001AD ICS in Year Seven (7) - 12-months FFP 1 LO 3001AE ICS in Year Eight (8) - 12-months FFP 1 LO 3001AF ICS in Year Nine (9) - 12-months FFP 1 LO 3002 Non-Warranty Over-and-Above Repair TBN 1 LO 4001 Engineering Change Proposal TBN 1 LO A total of 90 BAT Systems are required: 19 for the B-2A, 33 for the B-1B, and 38 for the B-52H. Delivery Schedule: BAT Systems will be shipped to five (5) locations: Minot AFB, ND; Ellsworth AFB, SD; Barksdale AFB, LA; Dyess AFB, TX; and Whiteman AFB, MO., with delivery to begin 12 months after exercise of option. The RFP will be issued for full-and-open competition. Offerors shall prepare their proposals in accordance with mandatory and detailed instructions contained in the RFP. This acquisition will utilize the Tradeoff source selection procedures in accordance with FAR 15.3 as supplemented by the DoD Source Selection Procedures referenced in DFARS 215.300 and the AFFARS Mandatory Procedures 5315.3 to make an integrated assessment for a best value award decision. For those offerors who are determined to have acceptable Small Business Concern Utilization, tradeoffs will be made between Technical Acceptability with Technical Risk Rating, Past Performance, and Cost/Price. Tradeoffs will be made between Technical Acceptability with Technical Risk Rating, Past Performance, and Cost/Price for those who are determined to have acceptable Small Business Concern Utilization. A technical acceptability determination and technical risk assessment will be performed on the offeror's technical approach and assigned a low, moderate or high technical risk rating for each technical subfactor. Technically Acceptable proposals with a High technical risk rating will be considered unawardable. Of those proposals deemed technically acceptable, tradeoffs may be with those having a Low or Moderate technical risk ratings in conjunction with past performance and cost/price. Tradeoffs between Low to Moderate technical risk ratings with technical acceptability, when combined with the past performance, is significantly more important than cost/price. The Government will evaluate proposals and make award in accordance with the "Evaluation Basis of Award" provision in the RFP. A draft copy of the solicitation is expected to be released approximately 14 April 2016. The approximate RFP issue date is 04 May 2016, with an approximate response date of 20 June 2016. Foreign companies will not be permitted to participate in this competition. The RFP will be posted at www.fedbizopps.gov. If you desire to obtain a copy, you must go to www.fedbizopps.gov to do so. No telephone requests will be honored. All questions regarding the draft RFP must be submitted in writing to Sandra.Harvey.2@us.af.mil, Philip.Earthly.1@us.af.mil, and Crystal.Crawford.1@us.af.mil. NO TELEPHONE QUESTIONS. Offerors are encouraged to register to receive notifications for this solicitation and all amendments and revisions, and to check the FEDBIZOPPS site prior to submission of proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8533-16-R-0001/listing.html)
 
Record
SN04084266-W 20160416/160414234620-a7f62b77229d985c950d0e4c595f223a (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.