Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2018 FBO #5957
MODIFICATION

16 -- Communication_Navigation_Surveillance_Air_Traffic_Management_Production_Kitting_2

Notice Date
3/14/2018
 
Notice Type
Modification/Amendment
 
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
Communication_Navigation_Surveillance_Air_Traffic_Management_Production_Kitting_2
 
Archive Date
4/25/2018
 
Point of Contact
Logan A. Bagley, Phone: 9376567322
 
E-Mail Address
logan.bagley@us.af.mil
(logan.bagley@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought is a follow up to Sources Sought FA8625-18-R-6400 posted on 27 February 2017 and 20 December 2017 1. Request for Information (RFI) for Planning Purposes This Request for Information is in accordance with Federal Acquisition Regulation (FAR) 52.215-3 - Request for Information or Solicitation for Planning Purposes (Oct 1997). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Air Force Life Cycle Management Center (AFLCMC), Mobility Directorate, C-5 Division (WLS), Wright-Patterson Air Force Base, Ohio is updating Market Research to identify companies that may have an interest in, and possess the capabilities to assist with some elements associated with the C-5 Communication, Navigation, Surveillance/Air Traffic Management (CNS/ATM) upgrade effort. This RFI inquiry seeks to identify companies who are capable to perform some or all of the production program tasks listed below: 1.1.1. Procuring Group A hardware, receiving and storing Group B hardware, provided as Government Furnished Property (GFP), assembling, and delivering fifty (50) CNS/ATM modification kits to the Warner Robins Air Logistics Center (WR ALC) Depot facility 1.1.2. Providing procurement and delivery of initial spares and Peculiar Support Equipment (PSE) 1.1.3. Providing Sustainment Engineering for the CNS/ATM modification effort; excluding APX-119, ARC-210 radios and Crypto Line Replaceable Units (LRUs) 1.1.4. Providing System Engineering, Cybersecurity analysis, and Diminishing Manufacturing Source Material Shortages (DMSMS) Management for Group A, Satellite Communications (SATCOM) and suitable substitutes as required (excluding APX-119, ARC-210 and Cryptographic LRUs) 1.1.5. Providing Interim Contractor Support (ICS) for CNS/ATM modification Note that the reason for this amended RFI is to have companies assess their ability to provide a proposal for these activities, and potentially initiate contract performance, without complete Technical Data Package (TDP) and without any Time Compliance Technical Orders (TCTO). A company should identify any other additional information it requires to adequately respond to a United States Government request for proposal using a preliminary 80% TDP and no available TCTO. Final TDP will be provided after contract award, est Sep 2019. Final TCTO will be provided after contract award, est Apr 2019. Companies shall address the reasonableness to meet the schedules presented below for each year. The Government does not intend to award a contract on the basis of a RFI submittal or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in Federal Acquisition Regulation (FAR) 31.205-18 -- Independent Research and Development and Bid and Proposal Costs. Companies responding to this RFI are advised that participation does not ensure involvement in future solicitations or contract awards. The Government will not reimburse any company or individual for any expenses associated with preparation or participation in the notice. Respondents are solely responsible for all expenses associated with responding to this RFI notice. 2. Program Requirements 2.1. Program Description The C-5M Super Galaxy aircraft's primary mission is to provide strategic airlift in support of the United States Air Force's peace and war time missions. The C-5M users are represented by the Air Mobility Command (AMC), and Air Force Reserve Command (AFRC). At this time there are no current or planned international operators of this weapons system. The C-5M CNS/ATM Upgrade consists of several avionics modifications to the C-5M Super Galaxy to include: upgrades to the ARC-210 radios and Cryptographic LRUs, and an upgrade of legacy voice civilian SATCOM equipment. These modifications are required due to multiple civil and federal mandates required for access to preferred airspace and will additionally be used to mediate obsolescence issues. The Engineering and Manufacturing Development (EMD) portion of the program is currently performed by Lockheed Martin Aeronautics of Marietta, Georgia. The EMD program will provide technical documentation (TDP and Time Compliance Technical Order (TCTO)) to be utitlized under the Production Program. The software upgrade of APX-119 LRUs is expected to occur prior and outside of the scope of this RFI. Production installations are expected to be performed by WR ALC, Robins Air Force Base, Georgia. The Production Program will need to acquire, produce and deliver modification kits to WR ALC to support the installations from Jun 2020 through 2023. On-time, defect free kit arrival is an important program priority, enabling the production line schedule of the fifty (50) aircraft. 2.2. Capability Required The contractor shall be responsible for: 2.2.1. Procuring Group A hardware; receiving and storing Group B hardware provided as GFP; and building, storing, and delivering 50 C-5M CNS/ATM modification kits, which shall include Group A hardware, peculiar Support equipment and SATCOM Aero H+/SBB MCS 7120 system. (SATCOM system includes a Satellite Data Unit (SDU), type F diplexer low noise amplifier (D/LNA) and High Gain Antenna (HGA)). 2.2.2. Providing procurement and delivery of initial spares for Group A hardware and PSE 2.2.3. Providing Sustaining Engineering for the CNS/ATM modification effort to include: requests for engineering assistance through the TO 00-25-107 process, Maintenance Assistance, and AFMC Form 202, Nonconforming Technical Assistance Request and Reply, deficiency reporting/analysis support, and Failure Reporting & Analysis System (FRAS). 2.2.4. System Engineering, security/cyber analysis, and DMSMS management for suitable substitutes as required (excluding APX-119, ARC-210 and Cryptographic LRUs). 2.2.5. ICS support will include supply chain management for the Group A and SATCOM hardware, managing spares levels, and repairs. 2.3. CNS/ATM Kit Delivery Schedule Contract award for the scope covered by this RFI is notionally scheduled to occur by 30 Jul 2019. However the deliveries of some Group B GFP LRUs may not start until the end of Mar 2020. The Government requires modification kits to support the installation schedule, therefore the deliveries shall occur by specific dates for each individual kit which the Government will establish in the Request for Proposal (RFP). The timeliness of meeting each kit's specific delivery date is a critical element of this program and will be addressed in Contractor Performance Assessment Reports (CPARs). Deliveries of each lot shall typically occur over a 12 month period, with the exception of Lot 1 which will have a compressed delivery schedule for the first several units. Lot 1: 21 kits delivered starting not later than mid Jun 2020 and ending Jun 2021 with the first batch of 5 kits expected to be delivered to WR ALC mid Jun 2020 Lot 2: 19 kits delivered starting Jun 2021 Lot 3: 10 kits delivered starting Jun 2022 ICS support is to start in Oct 2019 and is planned to be have two more annual options after base award in 2019. GFP components of the kits will be delivered to the Contractors facility NLT 45 days prior to expected kit delivery to the WR ALC facility. 2.4. Procurement The CNS/ATM configuration was designed and tested in the EMD phase of this program, and it is the baseline for this effort. Offeror recommendations for changes to the CNS/ATM configuration will not be considered. The current Original Equipment Manufacturers (OEMs) for the CNS/ATM program are as follows: Lockheed Martin Aeronautics - Marietta, GA (Prime OEM for the Airframe) Honeywell - Canada (SATCOM Aero H+/SBB MCS-7120) Rockwell Collins - Cedar Rapids, IA (ARC-210 radios) Note: The organic technical repair center for aircraft depot-level maintenance is Warner-Robins Air Logistics Complex (WR ALC), Robins Air Force Base, Georgia. Potential offerors may need to enter into appropriate arrangements with both the aircraft and component level OEM. 2.5. Kit Builds Potential offerors are expected to produce kits in accordance with Government-approved drawings (TDP) and TCTO. The offerors are expected to prepare a proposal based on 80% draft TDP, and may need to adjust based on final TDP, which is expected to be released in Sep 2019. The TDP is a key part of the basis for Airworthiness authorizations, therefore, delivery of kits compliant with the TDP content and quality criteria is necessary to satisfy both safety critical and mission essential performance standards of the C-5M system. Offerors responding to the proposal should plan to demonstrate their ability to implement quality into their company processes and to manage and maintain that quality throughout the duration of the effort. Offerors responding to the future proposal should plan to demonstrate their ability to implement quality into their company processes and to manage and maintain that quality throughout the duration of the effort. This effort will require inventory management, supply chain risk management (SCRM) for counterfeit prevention, SCRM for cybersecurity considerations such as protection of data (such as the TDP) resident on company computing systems, systemic protection of communications with the Government. The offeror should assume no parts (i.e. bench stock, work order residue, etc.) called out in the provisioning parts list are available at the upgrade installation site, and all items shall be provided by the offeror as part of each individual kit. It shall be the contractor's responsibility to immediately replace any unserviceable or defective parts discovered by the Government within the delievered kits (NLT than 3 business days). Comments on the reasonableness of this 3 day requirement as a minimum standard and a potential selection factor are encouraged in response to this RFI. Kits shall be built in a manner that allows for easy verification of the content and allows for efficient process during the installations. The contractor shall be responsible for supporting Inspection First Kit Verification Audit and Physical Configuration Audit (PCA) performed by the Government to verify component manufacturing and assembly quality, dimensional accuracy, workmanship, finish, and compliance with the Government TDP. The contractor shall be responsible for correcting any findings from the kit proof/audit, if required. It shall be the contractor's responsibility to support the Government to make timely adjustments to kit components in response to aircraft variations discovered during the installation. Scope of such corrections is planned to be covered by Over and Above cost CLINs, if it is deemed to be related to aircraft configuration and not related to kit deficiency/defects. The Contractor may be expected to demonstrate the quality of their cost accounting system to be considered an acceptable bidder. Comments on the reasonableness of this accounting system as a factor in award consideration are encouraged in response to this RFI. 2.6. Kit Deliveries All kits shall be delivered to WR ALC, Robins Air Force Base, Georgia. The contractor shall be responsible for managing the deliveries of all kits to include transportation activities. Late deliveries of kits at the Depot Installation Facilities may be disincentivized due to negative cost and schedule impact to C-5M fleet from kit delays. The Government is contemplating up to 5% of kit value disinsentive for each kit delieverd late. All Government components (provided as GFP) are expected to be delivered NLT 45 days prior to contracted kits delivery, and the Contractor will not be liable for any delays caused by GFP not being in place 45 days prior to kit contractual dates. 2.7. Security Requirements Contractors shall be required to have a SECRET clearance to gain access to Government facilities. The effort described in this RFI may require access to export controlled data and software in accordance with the Arms Export Control Act (Title 22, U.S.C., Sec. 2751, et seq.) or the Export Administrative Act of 1979, as amended, (Title 50, U.S.C., App 2401, et seq.). The data and software shall be provided in accordance with Department of Defense Directive 5230.25 enclosure 5. For prime and/or subcontractors under Foreign Ownership, Control or Influence (FOCI), eligibility to participate in any solicitation associated with this effort will be dependent on the agency's determination that the contractor has adequate controls in place to ensure the proper protection of the export controlled data and software. 2.8. Contract Specifications The Government plans to use priced contract "options" by Lot year that best meet the needs of the Program measured in cost, schedule, and technical performance. Lot 1 kits are notionally scheduled to be on contract as early as Jul 2019. 2.9. Warranties The contractor shall establish a Warranty Management Program to provide for the administration of pass-through standard contractor, subcontractor, and supplier warranties. 2.10. Modification Description The contractor shall be required to fabricate/procure, and provide warehousing and kitting services for CNS/ATM aircraft Group A and selected Group B (GFP) kit components required for aircraft modification. The CNS/ATM modification includes replacing and/or installing system line replaceable units, incorporating a software load port at an existing load panel, and adding cabling between the load port and the APX-119 transponder. In addition, the modification includes structural components and hardware, as well as wiring and attaching hardware. The chart below identifies some of the known kit components: Kit Component Part# Quantity per kit Source Group A Group A Hardware TBD TBD Group B (GFP) Civilian SATCOM/SBB MCS-7120 (HD-710 SDU) 1252-A-3800-01 1 Honeywell; provided as GFP; requires ICS; Civilian SATCOM/SBB MCS-7120 Antenna (AMT-3800) including Type F Diplexer/Low Noise Amplifier 1242-K-0001-521 1 Honeywell; provided as GFP; requires ICS; 2.11. C-5M CNS/ATM Initial Spares and PSE The contractor shall be responsible for procuring and delivering CNS/ATM initial spares and PSE. The Goverment will provide a list of initial spares and PSE to be procured. 2.12. C-5M Systems Engineering, Security, and DMS Management The contractor shall provide System Engineering, security analysis, and DMS management for suitable substitutes as required (excluding APX-119, ARC-210 and Crypto LRUs). 2.13. Interim Contractor Support (ICS) Description The contractor shall be required to provide three years of ICS beginning Oct 2019. The scope of the ICS effort is limited to the CNS/ATM modification components being integrated onto the aircraft, but excludes support for the ARC-210 radios, the KY-58M and KYV-5M. The contractor shall be responsible for the following tasks: 2.13.1. Product Support Management: 2.13.1.1. Establish a team to provide dedicated Product Support 2.13.1.2. Provide meeting support for program stakeholders 2.13.1.3. Establish Core Logistics Schedule that meets programmatic milestones 2.13.2. Supply Chain Management: 2.13.2.1. Serve as the Inventory Control Point for any CNS/ATM peculiar hardware and PSE 2.13.2.2. Establish, monitor, and manage CNS/ATM spares levels and recommend adjustments to the spares levels to support the modified aircraft fleet 2.13.2.3. Provide direct and indirect services required for repairing CNS/ATM hardware and PSE 2.13.2.4. Provide replacement for defective/damaged/missing part, managed by the contractor, in an expedited manner 2.13.2.5. Maintain calibration for the CNS/ATM PSE 2.13.2.6. Manage Government Furnished Property 2.14. Facilities Provide facilities for storage of kits, spares, and support equipment, GFP and Government Furnished Information. 2.15. Manpower Ensure sufficient manpower to support the schedule. 2.16. Packaging, Handling, Storage, and Transportation (PHS&T): 2.16.1. Ensure PHS&T meet local, state, and federal standards. 2.16.2. Implement and maintain preservation, packaging, packing and marking of all materials/items to protect against physical damage, mechanical damage and other forms of degradation during storage, handling and shipment 2.16.3. PHS&T, and property marking, must be in accordance with MIL-STD-129, Military Marking for Shipment and Storage, and MIL-STD-130, Identification Marking of U.S. Military Property. PHS&T must be in accordance with Air Force Materiel Command (AFMC) Form 158, Packaging Requirements. 2.17. Addressing minor configuration differences As minor configuration differences between the aircraft may occur, and they will require quick corrections, the Government is considering utilization of limited cost Over and Above CLIN to quickly implement necessary corrections. 2.18. Contract Type The Government is considering Firm Fixed Price Type Contract for majority of the scope and DD-250 acceptance for the kits, with the exception of scope listed under Par. 2.17. Progress payments may be considered. 3. Company Response Both large and small businesses are encouraged to participate in this RFI. These responses will enable the Government to identify interested vendors and ensure required capabilities are available in the marketplace. It is advised that all respondents provide sufficiently detailed answers to the capability questions to allow the Government to determine if your company has the ability to provide the requisite effort to support the current modification schedule. This RFI is an update to Market Research and reflects a reduced workload. Companies who responded to prior RFIs are encouraged to re-affirm their continued interest but with a simpler response; e.g., provide a memo with a reference to your prior submittal, an assurance the content is still valid or replacement content, and a Section 3.2 addendum to respond to the new questions. 3.1. Business Information In response to this RFI, 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: 336413, Other Aircraft Part and Auxiliary Equipment Manufacturing. Based on this NAICS Code, state your company business size. If you are a Small Business (SB, WOSB, SDB, 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 and meeting Non-Manufacturing Rule for Kit Assembles requirements (13CFR 121.406, (c)(1)(2)). 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 Owned Small Business (Yes / No) Large Business (Yes / No) System for Award Management (SAM) registered (Yes / No) Ability to handle cost elements with Government Approved Accounting System (Yes / No) Statement verifying company is domestically owned (Yes / No) 3.2. Capability Survey Questions 3.2.1. Describe your company's ability to provide all the requirements of this program, as discussed in this RFI 3.2.2. Specifically identify limitations your company may have to meet the requirements/conditions presented here. Specify if you can provide only partial requirements. 3.2.3. Describe your company's ability to meet the kit delivery schedule. 3.2.4. Describe your company's experience managing Interim Contractor Support for aircraft modification efforts. 3.2.5. Describe your company's experience with addressing Integrated Logistics Elements into a production effort without all technical data being available at program inception. 3.2.6. Describe your company's capabilities and experiences in delivery of materials to meet cost, schedule, and performance metrics at multiple locations in the continental United States. 3.2.7. Describe your company's past experience on previous programs (no more than three examples) similar in complexity to this requirement. Include contract numbers, a brief description of work performed, the period of performance, agency/organization supported, and individual point of contacts (Contracting Officer or Program Manager). Include your role in each of these projects. 3.2.8. Describe your company's ability to assemble kits in a short time frame (the Government estimates 45 days between delivery of the last GFP LRUs and shipment of the completed kit from your company to the depot for installation), provide an estimated schedule to produce Group A components, and to assemble final kits once other components are received. 3.2.9. Describe previous experience providing System Engineering services similar to the requirements described in this notice. 3.2.10. Describe your experience and ability to establish subcontract relationships, and provide proactive subcontract management. 3.2.11. Describe your experience and ability to produce kits containing multiple GFP and Contractor Furnished Equipment components. 3.2.12. Describe your company's ability to manage cost CLINs with Government approved accounting system. 3.2.13. Describe any barriers that would preclude you from bidding in this effort and list reasonable alternatives that would eliminate such barriers (within the given schedule). Specify if any elements/coditions described in this RFI would preclude you from bidding. 3.3. General Corporate Information In response to this RFI, please provide the following general information for your company/institution and for any teaming or joint venture partners: 3.3.1. Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 3.3.2. Describe the major risks you foresee in executing a production effort of this scope. What steps are you likely to take in order to mitigate the risks? 3.3.3. What additional data (in addition to 80% TDP and TCTO) will you require of the Government to assemble a proposal for this effort? 3.4. Submission Instructions Respondents should indicate which portions, if any, of their response are proprietary and should mark them appropriately. Formal responses should be e-mailed to the Contracting Officer, Mr. Christopher Pluskota, at aflcmc.wlsp.cnsatm_production@us.af.mil Request responses by 1700 Eastern Standard Time, 10 April 2018. Technical questions regarding this RFI should be directed to Ms. Natasha A. Tolentino, Program Manager, by e-mail at: aflcmc.wlsp.cnsatm_production@us.af.mil or called at (937) 656-9660. Direct and concise responses are preferred. Marketing material is considered an insufficient response to this RFI. Please limit responses to no more than 25 single-sided, 8.5"x11", pages. A point of contact that can speak for the responding company should be identified to support further Government inquiries as well as explanations that might be needed in regard to the provided information. If you have already provided capability briefing as part of prior C-5 CNS/ATM Production Sources Sought or C-5 Industry Days, please provide answers to Survey Questions and General Corporate Information questions only. An Industry day has been scheduled for 19 March 2019 from 0900 - 1200 EST. This will be an opportunity for companies to address any concerns regarding the 80% TDP and lack of TCTO's. Upon completion of this event, we will ask companies to submit a Letter of Intent letting the government know their plan to submit a proposal for this solicitation. If you would like to register for this industry day, please contact the primary or secondary point of contact listed below and provide the following information no later than COB Friday, 16 March 2018: Company Name CAGE Code Point of Contact (name, phone number and email) Government will provide telecon call-in number to registrants on morning of 19 March 2018, prior to industry day meeting. Contracting Office Address: 2275 D Street Wright-Patterson AFB, Ohio 45433-7218 United States Place of Performance: Contractor's Facility Primary Point of Contact: Christopher Pluskota aflcmc.wlsp.cnsatm_production@us.af.mil Phone: 937-656-9175 Secondary Point of Contact: Natasha A. Tolentino aflcmc.wlsp.cnsatm_production@us.af.mil Phone: 937-656-9660
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/Communication_Navigation_Surveillance_Air_Traffic_Management_Production_Kitting_2/listing.html)
 
Record
SN04854901-W 20180316/180314231833-baf0fa1ea905aab7ceaa0aa8293dca9d (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.