Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 08, 2017 FBO #5615
SOURCES SOUGHT

16 -- B-1 fully Integrated Targeting Pod (FITP) Modification - DRAFT SOW

Notice Date
4/6/2017
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
B-1_FITP
 
Point of Contact
Stephen N. Palmer, Phone: 4057394469
 
E-Mail Address
stephen.palmer@us.af.mil
(stephen.palmer@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft SOW for FITP 27MAR17 B-1 Fully Integrated Targeting Pod (FITP) Modification THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS)/Request for Information (RFI) Market Survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the qualification requirements of the B-1 Fully Integrated Targeting Pod (FITP) modification for use by the U.S. Air Force (USAF). While industry sources are requested to provide full and comprehensive responses to this questionnaire, they are reminded that all information is voluntary, and the Government will not reimburse sources in any way for responses provided. Likewise, a company's participation in the market research via this questionnaire does not obligate the Government to enter into any contractual agreement, either formally or informally, with a company. Below is a description of the B-1 FITP Modification requirement and a Contractor Capability Survey. This survey provides the government the opportunity to review your company's capability to design, develop, code, integrate and qualify the B-1 FITP Modification program. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capabilities in meeting these requirements. As part of this market research, the latest revision/draft of the Statement of Work (SOW) used in the procurement of this B-1 FITP Modification is attached. Questions relative to this market research should be addressed to Stephen N. Palmer, B-1 Contracting Officer, by phone at (405) 739-4469 or by email at stephen.palmer@us.af.mil. BACKGROUND: The B-1 has been operating with a long-standing Temporary T-1 Modification to employ a Laptop Controlled Targeting Pod (LCTP) system which consists of commercial-off-the-shelf (COTS) components for the past 10 years. The current installation was originally incorporated in response to a 2001 Combat Mission Needs Statement which provided Beyond Line-of-Sight (BLOS) data link communications and a digital moving map capability. The LCTP system was added in response to CENTAF's 2006 #1 Urgent Need Request (UNR) for the ATP capability on the B-1. As a result to the UNR, the LCTP T-1 mod with the ATP capability was designed/developed to interface with the originally designed BLOS system laptops/displays and cabling. The BLOS communication data link is in the process of being replaced by the IBS Fully Integrated Data Link (FIDL); however, the targeting pod capability will also need to be made permanent with reliable military specific components for continued supportability and sustainability using the AF-level supply/depot structure. The existing T-1 BLOS/LCTP system is encountering several diminishing manufactured source (DMS) issues with the displays, docking stations and cabling/connectors, and increased maintenance downtimes. Additionally, the current installation has caused permanent aircrew ergonomic neck/back problems with high rates of Duty Not Including Flying (DNIF). FITP Modification Description The B-1/B-52 Bomber Division at Tinker Air Force Base, OK has the requirement to modify the B-1Weapons System to fully integrate the Advanced Targeting Pod (ATP) capability. This effort includes integrating the Laptop Controlled Targeting Pod (LCTP) functional capabilities into the B-1's current on board flight programs, consisting of 2.7 million Source Lines of Code (SLOC), utilize digital streaming video to display improved resolution to the Integrated Battle Station (IBS) multi-function displays (MFDs) and cursor controller. This effort also includes integration with the current B-1 laboratories Systems Simulation Software (SSS). The current configuration utilizes a commercial-off-the-shelf (COTS) laptop to display video and provide operator interface with the targeting pod and jet. Additionally, it has limited interaction with aircraft avionics requiring proprietary software. In addition to integrating the ATP functional capabilities on the B-1, this effort requires systems engineering plans that will meet standard airworthiness compliance. Engineering and Manufacturing Development (EMD) Phase is an FY18 New Start program, the FITP EMD phase will be 2 years, resulting with a mature targeting pod solution ready to integrate onto the aircraft. The B-1 FITP Modification will at a minimum provide the same functionality of our present Temporary T-1 LCTP advanced targeting pod capabilities as described in the attached Statement of Work (SOW). The B-1 FITP Modification will fully integrate into the B-1 Integrated Battle Station which consists of the following Operational Flight Programs (OFP); Avionics Flight Software (AFS), Graphics Controllers (GCs), Electronic Multiplexer (EMUX), and Central Integrated Test System (CITS). NAICS Code: 336411, size standard 1,500 employees A draft SOW covering EMD effort will be posted to the Federal Business Opportunities with this questionnaire. Interested sources are encouraged to review the specification and use it as they provide answers to the following questions. Please provide as much detail in your responses as possible. I. COMPANY INFORMATION 1. Company Name: 2. CAGE Code: 3. Address (Including Telephone No. and E-Mail Address): 4. Points of Contact: 5. Size of business pursuant to North American Industry Classification System (NAICS) Code: 336/336411, size standard 1,500 employees 6. Based on the above NAICS Code, state whether your company is: • Small Business (Yes / No) • Woman Owned Small Business (Yes / No) • Small Disadvantaged Business (Yes / No) • 8(a) Certified (Yes / No) • HUBZone Certified (Yes / No) • Veteran Owned Small Business (Yes / No) • Service Disabled Veteran Small Business (Yes / No) • Central Contractor Registration (CCR) (Yes / No) 7. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership)? II. GENERAL COMPANY INFORMATION 1. Describe your company's primary business product/service line. 2. What kind of facility security clearance does your company maintain? Describe highest level of processing capability. •a. Individual personnel clearances. •b. Be able to provide Department of Defense Instruction (DODI) 8570 certifications for Information System Security Manager (ISSM). At a minimum, must have Information Assurance Manager (IAM) level II. •c. Be able to provide Defense Security Service (DSS) accreditation. 3. Is your company compliant with Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) controlled information? If so, please provide detailed information. 4. Describe your quality assurance system program and is it compliant with requirements of ANSI/ASQ Q9001 (American National Standard, Quality Management Systems - Requirements) and SAE AS9100 (Quality System - Aerospace - Model for Quality Assurance in Design, Development, Production, Installation, and Servicing). 5. Does your company have experience with generating, storing, and submitting all unclassified Contract Data Requirements List (CDRL) and Data Accession List (DAL) items to document contractual tasks? 6. What are some of the typical requirements that your company tests to on its avionics systems? 7. Describe your company's previous experience provisioning for USAF contracts providing Item Unique Identification (IUID) information, projecting usage rates, and providing Interim Contractor Support (ICS). III. TECHNICAL CAPABILITIES 1. Provide detailed description of your company's experience with the following: •a. Design, development, code, test, integrate, qualify, and documenting of avionics system. •b. Testing capabilities and facilities used for avionics system development. •c. Developing requirements and specifications for aircraft avionics software. •d. Developing requirements and specifications for aircraft equipment. •e. Interface Control Drawings (ICD) and Product Drawings. •f. Performing Configuration Control and Management for avionics software and hardware. •g. Describe your company's experience with environmental testing. (MIL-STD-810G) •h. Electro Magnetic Interface Compatibility (EMIC) (MIL-STD-461G) •i. Modified Airworthiness Certification Criteria (MACC) (MIL-HDBK-516C) •j. System Safety Hazard Analysis Report. •k. Safety Assessment Report (MIL-STD-882E, Task 301) •l. Operating and Support Hazard Analysis (O&SHA) (MIL-STD-882E, Task 206) •m. Health Hazard Analysis (MIL-STD-882E, Task 207) 2. Describe your company's business regarding avionics design, development, aircraft integration, software development and integration and testing. 3. Give us examples of past performance (Evidence of contracts with similar scope, Evidence of contracts with similar size and complexity, Evidence of contracts with similar geographic coverage, Evidence of customer service and timeliness of services, References and Quality). 4. Describe your experience partnering with the B-1 Original Equipment Manufacturer (OEM) on engineering development projects. How would you support software development and avionics system integration? How would you support aircraft ground and flight test during the EMD phase? 5. Does or did your company have any working involvement with the B-1 avionics system or its Line Replaceable Units (LRUs), including interface requirements, avionics flight system, or targeting pod equipment? If so, please provide detailed information. 6. What experience does your company have with developing and writing technical publications, technical orders and technical drawings? Include experience with and development of with aircraft temporary T-1 and T-2 modification technical data package. 7. Does your company have experience producing detailed operations and maintenance manuals, schematics, product drawing packages, training program development and management plans, test reports, software program documents, provisioning data, and other similar type documents for avionics system development? If you answer affirmatively, please provide a detailed description of the work. 8. Describe your company's experience with integrating aircraft targeting pod with avionics flight systems/software and components. 9. Describe your company's experience with integrating cursor controller into an avionics software suite. IV. SOFTWARE DEVELOPMENT QUESTIONS 1. Is your company's software development process certified to the Carnegie Mellon Capability Maturity Model? If so what level of certification have you achieved and what is the date of your certification. 2. Describe your company's experience designing, developing, coding and testing with Navigation (NAV), Line-Of-Sight (LOS) and guidance software. 3. Describe your company's experience designing, developing, coding and testing of weapons delivery software. 4. Describe your company's experience with designing, developing, coding and testing software to conform to MIL-1553B standard, RS170 and Ethernet, H264 format. 5. Does your company have experience with the following? •a. Design, develop, code, integrate, test and production of new or modified targeting pod software and/or on board avionics flight and navigation programs. Please provide detailed information and documentation to support your response. •b. Design, testing, coding and production of avionics systems for bomber or other military aircraft? If so, please provide detailed information. 6. Describe what experience with the development of test requirements, procedures, evaluation criteria, data analysis, and data requirements for aircraft flight and ground tests. 7. Describe what experience with the development of test requirements, procedures, evaluation criteria, data analysis, and data requirements for integration laboratory simulation software. V. CYBER SECURITY QUESTIONS 1. Describe the processes you have in place that address cyber security (information assurance). 2. What development environment have you used in the past for development of software and testing? •a. Describe type of security tools are utilized within the development environment (i.e. Static analysis tools, etc.) •b. What are your external connections to development environment? Please provide detailed information. 3. Does your company have experience in developing software in a secure coding environment accredited by either Defense Security Services (DSS) or the USAF and provide requested artifacts for verification? If so, please provide detailed information. 4. Does your company have experience with Air Force Instruction (AFI) 17-101 Risk Management Framework (RMF) for Air Force Information Technology (AFIT)? If so, please provide detailed information. 5. Will your company have the ability to provide artifacts to B-1 Information System Security Manager (ISSM) including test results for penetration testing/fuzzing the system and documents identifying software versions/descriptions? If so, please provide detailed information. 6. Will your company have the ability to deliver software and software updates incorporating a hashing algorithm to ensure integrity upon delivery to the government? If so, please provide detailed information. If not, please describe type of security baked into your software supply chain. 7. Will your company have the ability to deliver software and software updates incorporating digital signatures to ensure integrity upon delivery to the government? If so, please provide detailed information. If not, please describe type of security baked into your software supply chain. VI. BUSINESS PRACTICES 1. If your solution proposes proprietary data, are you willing to sell all the proprietary data to the Government? 2. What data rights will be granted to the government for any software and hardware products/documentation you produce? 3. Describe your company's Earned Value Management (EVM) capability. 4. Does your company have experience with long-term contracts or purchasing agreements. If so, what is your longest long-term contract? 5. Does your company provide for discounted prices based on the quantity of the items provided? 6. Does your company offer a standard warranty on your products? Does it cover parts, labor, and /or technical support? What is the standard time duration? 7. For this effort would your company need to subcontract any part of the work? Please provide a detailed response. Indicate whether the subcontractor will be a small or large business. 8. Provide comment on your company's capability to leverage common test capabilities to shorten the time to field the B-1 FITP modification, as well as to reduce cost and lead time. 9. Provide comment on opportunities for technical and/or cost tradeoffs in this program. What kind of tradeoff approach does your company recommend? 10. Provide comment on possible contract incentives your company thinks would encourage industry to deliver this program in an accelerated manner and/or at lower cost. 11. Describe your capabilities and experience in managing software development projects, including subcontractor involvement. Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis and cost management. 12. Describe your process in identifying Diminishing Manufacturer Sources (DMS) parts and services. 13. Describe your experience in creating, maintaining, and managing an Integrated Master Schedule (IMS). VII. INFORMATION ON DRAFT SPECIFICATIONS 1. Reference the draft SOW for FITP. •a. Does your company consider that the information provided in the document is clear and concise regarding the duties and responsibilities that the Government expects the contractor to perform? If not, please identify the information that is needed or that requires additional detail and/or clarification. •b. Did your company identify any areas in the specifications that presented excessive cost, schedule, or performance risks? If so, please provide detailed information and suggested mitigation. CONTRACT TYPE AND COMPETITION AFLCMC B-1 System Program Office (SPO)/WWKA is contemplating a Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF) or Best Value EMD and FFP production/procurement contract types. Projected Period of performance is 2 years EMD (Engineering Software Development/Design/Code/Integration) and test/qualification. The Air Force is also contemplating IAW FAR Part 6.1 Full and Open Competition unless Market Research otherwise determines and exclusion to FAR Part 6.1. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This is NOT a formal notice of solicitation. Telephone or facsimile inquiries and/or responses will not be accepted. POC will post all responses to Federal Business Opportunities (FedBizOpps.gov) in order that all potential sources have the same information available to them. ATTACHMENTS Draft Statement of Work (SOW) Written responses, no facsimiles or e-mails. Please mail two (2) copies of your responses of Section I through VII above to: CONTRACTING OFFICE POC Name: Stephen N. Palmer Title: Contracting Officer, B-1/B-52 Branch Address: AFLCMC/WWK 3001 Staff Dr., Suite 2AG76A Tinker AFB OK 73145-3015 Phone #: (405) 739-4469 Email: stephen.palmer@us.af.mil All offers have 30 days from the date of publication to Fed Biz Ops to respond to this Request for Information. "Notice to Offeror(s)/Supplier(s): Funds are not available for this effort. No award will be made under this Sources Sought Synopsis (SSS)/ Request for Information (RFI) Market Survey. The Government reserves the right to cancel this SSS/RFI, either before or after the closing date. In the event the Government cancels this SSS/RFI, before or after the closing date, the Government has no obligation to reimburse an offeror for any costs."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/B-1_FITP/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04462873-W 20170408/170406235241-8bfd00fe82d6958a848c8f29da922712 (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.