Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 02, 2016 FBO #5335
MODIFICATION

J -- Afghan A-29 Light Air Support (LAS) Interim Contractor Support (ICS), Ground Training Device (GTD) COntractor Logistics Support (CLS), and Training - PreSolicitation Notice

Notice Date
6/30/2016
 
Notice Type
Modification/Amendment
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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
FA8637A-29RFI
 
Archive Date
7/21/2016
 
Point of Contact
Abby Kaelin, Phone: 937-713-7384, Scott Siglar, Phone: 937-713-7635
 
E-Mail Address
abby.kaelin@us.af.mil, scott.siglar@us.af.mil
(abby.kaelin@us.af.mil, scott.siglar@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Pre Solicitation Conference PRE-SOLICITATION CONFERENCE TO BE HELD 18-19 JULY 2016 IN KETTERING, OHIO. SEE ATTACHMENT "PRE SOLICITATION NOTICE" Interested vendors are encouraged to check this site often to view any updates and additions. The Government is interested in providing as much information as possible to interested vendors. If there is a particular document or specific information an interested vendor would like to see included in the Bidder's Library, please send that request to the Points of Contact identified herein. PLEASE NOTE: THE GOVERNMENT IS NOT SOLICITING PROPOSALS AT THIS TIME. NO CONTRACT WILL RESULT FROM THIS POSTING. 1.0 DESCRIPTION: This is a SOURCES SOUGHT SYNOPSIS (SSS) in accordance with Federal Acquisition Regulation (FAR) 5.2. Responses to this notice are not offers and cannot be accepted by the United States Government (USG) to form a binding contract. The USG 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 provide Interim Contractor Support (ICS) and Maintenance Training in support of the Light Air Support (LAS) A-29 aircraft and Contractor Logistics Support (CLS) for the Ground Training Devices (GTDs) for a Building a Partnership Capacity Program for the Afghanistan Air Force (AAF). The level of security clearance and amount of foreign participation in this acquisition has not been determined. 1.1 BACKGROUND: • In order to provide a seamless continuation of operations, requirements must be met in their entirety and be in place in Afghanistan at bases to be specified (see section 5 for potential locations) as well as continued operations at Moody Air Force Base through at least CY 2019. The contractor must be able to support all contractual requirements at all locations by 01 Oct 18. • The LAS aircraft, designated as the A-29 LAS aircraft, is a non-developmental aircraft procured from Sierra Nevada Corporation (SNC). SNC is presently subcontracting to Embraer, who is the Original Equipment Manufacturer (OEM) for their A-29 Super Tucano aircraft. The LAS aircraft mission includes conducting advanced flight training, surveillance, air interdiction, and close air ground support. • The LAS aircraft is a single-engine, turboprop, fixed-wing aircraft, with tricycle style, retractable landing gear, tandem two-place pressurized cockpit with ejection seats, capable of operating from semi-prepared air fields and employing various munitions from North Atlantic Treaty Organization compatible hard points. • SNC has supported LAS aircraft production and all maintenance/supply requirements for the aircraft, GTDs, and associated support equipment for LAS operations (except for munition build up, munitions delivery and pilot aircrew flight equipment). • This is anticipated to be a Performance Based Services Contract with a Period of Performance (PoP) not to exceed five (5) years. • The contract contemplates transferring aircraft maintenance and some supply functions to the AAF with a corresponding drawdown of contractor support, in which the scope and timeline have yet to be defined. Currently, there are no plans to transition GTD CLS maintenance support to the AAF. • Because Afghanistan is a variable environment, there is the possibility that the contractor would have to relocate to another base during the contract period with little or no notice. The contractor can assume that the same level of government furnished services/supplies will be at the new location. 1.2 REQUIREMENTS: • The Contractor shall provide a qualified workforce, all spares, support equipment and consumables to perform aircraft ICS, GTD CLS, and training at a minimum of one main operating base and aircraft ICS and training at possibly three enduring (continually operational) forward operating locations in Afghanistan. Additionally, the contractor may be responsible for continued operations at Moody AFB, GA through at least CY 2019. The contractor should account for associated movement of resources (e.g., aircraft, GTDs) from Moody AFB to Afghanistan; the transitional timeline has yet to be determined. Proposed contract effort includes: 1) Aircraft Maintenance a) Launch and recovery b) Aircraft Munition Loading c) Maintain a Fully Mission Capable (FMC) rate of 80% for both CONUS and OCONUS fleets and shift to a fleet wide calculation when the total quantity of CONUS aircraft drops below eight. d) Maintain a Maintenance Cancellation Rate of less than (<) 5% for both CONUS and OCONUS fleets and shift to a fleet wide calculation when the total quantity of CONUS aircraft drops below eight. e) Future metrics are in development and expect to include tracking of partially mission capable (PMC) and training f) Procurement, removal and installation of Cartridge Activated Device/Propellant Activated Device (CAD/PAD) components for the ejection seat/canopy as well as all other life support components installed in the ejection seat. (Pilot aircrew life equipment (AFE) will not be the responsibility of the contractor. g) The Contractor shall support a CONUS maintenance window of 12-hours per day, 6 days a week and shift to a fleet wide calculation when the total quantity of CONUS aircraft drops below eight. The Contractor shall support an OCONUS maintenance window of 18-hours per day, 7 days a week. This 12- or 18-hour period may begin at different times of day depending on the operations schedule. OCONUS missions may occasionally be required outside this 18-hour per day, 7 day per week maintenance window and require ability to surge to 24 hours per day at the OCONUS MOB and each OCONUS FOL. The total fleet (of 20 aircraft) Operations Tempo (OPSTEMPO) is 14,400 hours annually, calculated as 60 hours per month, multiplied by the number of aircraft, and multiplied by 12 months. h) At this time, DFARS 252.228-7001 Ground and Flight Risk, is not anticipated to be incorporated in any subsequent contract. 2) GTD operation and maintenance. a) Training b) Maintain a Mission Effectiveness (ME) rate of 95% or higher for each GTD c) GTD availability shall be planned based on 8 hours per day, 6 days per week, with the ability to surge to 12 hours per day, if required. 3) Contractor Operated and Maintained Base Supply (COMBS) operations 4) Transition of aircraft maintenance and some supply functions (e.g., ordering, stocking) to the AAF and sustain associated transition metrics, which have yet to be determined. 5) Packing, handling, shipping and transportation 6) Special tools and test equipment including calibration 7) Responsible for repair and overhaul plan of all repairable spares 8) Classroom academics and Structured On-the-job training (SOJT) to fully qualify trainees as A 29 maintainers and track associated metrics. The contractor will also be required to provide A-29 familiarization training to USG Air Advisors. 9) Maintaining and updating technical manuals and data 10) Program management and site management 11) Engineering services including airworthiness, technical support, and aircraft modifications 12) Field team support 13) Operational Flight Program (updates) and other required software and database updates to support operational requirements 14) Contract quality administration 15) Contract Deliverables Requirements List (CDRLs) 16) Movement of spares, ground support equipment, associated tooling, GTD, and ferry of remaining aircraft from Moody to Afghanistan. • The Contractor shall provide all defense services and supplies, as well as repair and return of repairable units. All parts are subject to State Department/ITAR import and export approval. The Contractor shall be responsible for import and export licenses, technical assistance agreements, and approvals. • The Contractor shall implement procedures to safeguard critical protected information (such as proprietary data), systems, and components. The Contractor shall also protect any components that include anti-tamper provisions already built in. • Embraer, the A-29 OEM, owns all technical data and software relevant to the A-29 program. No data is anticipated to be purchased by the program office at this time. The US Government will provide industry with all relevant data included in the Contract Data Requirement Lists under contract FA8637-13-D-6003 Delivery Order 0001. • Supplying AAF pilots, AAF maintainers and aircraft fuel are NOT the responsibility of the Contractor. • USG and/or Coalition Forces will provide security and base life support services (i.e., meals, lodging, postal service, etc.) in Afghanistan. 1.3 Additional Information: • The USG requires support and training through the end of the US Train, Advise, and Assist Command-Air mission. A Status of Forces Agreement and Bilateral Security Agreement were signed on 30 September 2014 and took effect on 01 January 2015. These agreements are valid until 2024. This contract would be subject to any amendments to these agreements. • The changing environment and unknown future requirements include, but are not limited to: the security environment, schedule, training, and basic program requirements (technical, place(s) of performance, duration of performance, and USG withdrawal strategy). • Aircraft repairable spares and consumables: The current contractor procured A-29 spares and consumables to support both CONUS and OCONUS operations. The spares (and associated sustainment) as well as replenishment of consumables is expected to transfer to the contractor supporting operations beginning in FY19. • Government Furnished Property (GFP) and Ground Support Equipment (GSE): The USG provides very few pieces of GFP in support of this program. The current contractor procured A-29 unique GSE and brought additional common GSE to support both CONUS and OCONUS operations. This equipment and associated sustainment responsibility is expected to transfer to the contractor supporting operations beginning in FY19. • All A-29 aircraft in Afghanistan are titled to the country of Afghanistan. 2. CAPABILITY SURVEY: 2.1 Company Response • Both large and small businesses are encouraged to participate in this market research. The results of this market research will allow the USG to make a determination as to whether this effort will be a sole source, full and open, full and open after exclusion of sources, or small business set-side acquisition. It is advised that you provide a sufficient response to all capability questions to allow the USG to appropriately assess your capabilities. • Any information submitted by respondents to this SSS is strictly voluntary. This SSS does not constitute a RFP or an Invitation for Bid. SSS issuance does not restrict the USG's ultimate acquisition approach. The USG will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to this SSS. • Direct and concise responses are required and should clearly demonstrate your ability to meet the stated requirements. Recent relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements, including joint ventures, should be clearly delineated and previous experience in teaming must be provided. Marketing material is considered an insufficient response to this SSS. 2.2 Business Information In response to this 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: Support Activities for Transportation/488190 -- Other Support Activities for Air Transportation. Size standard: $32.5M. Based on this NAICS Code, state your company business size. If you are a Small Business (SB, WOSB, EDWOSB, SOB, 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) All prospective contractors must be registered in the SAM database to be awarded a DoD contract. The Government believes the NAICS code for this acquisition is 488190. If you do not agree, please suggest a NAICS code and provide your rationale. The NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM. 2.3 General Capability: • Describe briefly the elements 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 your company's past experience on previous projects (no more than five examples) similar in purpose and/or 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. • Describe your company's previous experience with the process of USAF military type certification. • Describe your company's previous experience of maintaining aircraft and/or GTDs without design data or software source code and be reliant on a third party to provide equipment and expertise. In your approach describe how you would mitigate this issue without the support of the incumbent as well as experience working with foreign Original Equipment Manufacturers (OEMs). • Describe your approach to establish and maintain agreements with the OEMs and vendors for data and technical support to maintain the LAS aircraft. Also describe successes working with data and technical support with foreign OEMs. • Describe your specific capabilities of working with Foreign Military Sales (FMS) contracts in the past and registration with the U.S Department of State to work with the country of Afghanistan for import and export of materials. • Describe your experience with supporting aircraft in accordance with Federation Aviation Administration (FAA), or equivalent requirements and providing support personnel who are FAA-certified (or equivalent). • Describe your experience and successes with performing aircraft maintenance training of Middle Eastern country personnel in their host country. Describe successful metrics used to support training. • Describe your experience and successes with transitioning aircraft maintenance programs to another organizations/countries (specifically a Middle Eastern country, if possible) and successful metrics used to support transition. • Describe any other relevant topics, concerns, and information that will help the USG in forming an acquisition strategy. • Are there any commercial business practices unique to your industry/company? If so, please describe. Please specify if you intend to propose, either whole or in part, a commercial solution. 3. 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: Lt Col Kenneth L. Decker, AFLCMC/AQ 1790 10th Street Wright-Patterson AFB, OH 45433-7630 Tel: 937-785-5512 Fax: 937-785-7916 kenneth.decker.1@us.af.mil • Interested parties who believe they can provide the required LAS aircraft ICS/GTD CLS and Training may respond by submitting their response to the above questions in paragraphs 2.2, Business Information and paragraph 2.3, General Information, via email. Written responses to this synopsis shall contain sufficient documentation to establish a bona fide capability to fulfill this requirement. The intent of this notice is not a request for competitive proposals. Please submit all responses related to this notice, via email, to abby.kaelin@us.af.mil by 2:00 PM (EST) by 06 July 2016. • The USG does not intend to award a contract on the basis of this 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 SSS are advised that participation does not ensure involvement in future solicitations or contract awards. The USG shall not reimburse any company or individual for any expenses associated with preparation or participation in this SSS. Respondents are solely responsible for all expenses associated with responding to this SSS. • A point of contact that can speak for the responding company should be identified to support further USG inquiries as well as explanations that might be needed with regard to the information provided. • Written responses to this synopsis shall contain sufficient documentation to establish a bona fide capability to fulfill this requirement. The intent of this notice is not a request for proposal. Responses shall be limited to 25 pages, 8.5"x 11"pages, in English, 12 point font, Times New Roman, and 1 inch margins. The response shall be provided in searchable ADOBE ACROBAT (.pdf) format. 4. Contracting Office Address: Attn: Abby Kaelin - Building 553 2275 D Street Wright-Patterson AFB, Ohio 45433-7218 United States Abby.Kaelin@us.af.mil 5. Potential Places of Performance: Moody Air Force Base, Georgia Kabul, Afghanistan Kandahar, Afghanistan Herat, Afghanistan Mazar-e-Sharif (Balkh Province), Afghanistan Jalalabad (Nangarhar Province), Afghanistan
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8637A-29RFI/listing.html)
 
Place of Performance
Address: Wright-Patterson Air Force Base, Ohio, Dayton, Ohio, 45431, United States
Zip Code: 45431
 
Record
SN04168236-W 20160702/160630235821-1bcd85c23a9fc37075a7c43f701f62dd (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.