Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2018 FBO #5979
SOURCES SOUGHT

59 -- KC-135 Aero-I SATCOM Replacement - Industry Day Registration Form

Notice Date
4/5/2018
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
KC-135_Aero-I
 
Archive Date
5/16/2018
 
Point of Contact
William L. Loftis, Phone: 4057367489
 
E-Mail Address
William.Loftis@us.af.mil
(William.Loftis@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Industry Registration Form KC-135 Aero-I SATCOM Replacement CAUTION: This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and production of an Iridium SATCOM system to replace the Aero-I INMARSAT system for use in the United States Air Force (USAF) KC-135 Aircraft. The level of security clearance and amount of foreign participation in this requirement has not been determined. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards as this survey is for planning purposes and may not result in a solicitation or contract. The government will not reimburse participants for any expenses associated with their participation in this survey. INSTRUCTIONS: 1. This document contains a description of the Aero-I SATCOM Replacement requirement and a Contractor Capability Survey, which allows you to provide your company's capability. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). 3. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. 4. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. All submissions will be reviewed IAW FAR Part 19 procedures. Questions relative to this market survey should be addressed to: Mr. William L. Loftis william.loftis@us.af.mil Ph#: (405) 736-7489 AFLCMC/WKK Building 3001, 3001 Staff Drive, STE 2AJ 85A Tinker AFB, Oklahoma 73145-3001 KC-135 Aero-I SATCOM Replacement PURPOSE/DESCRIPTION The KC-135 utilizes the International Marine/Maritime Satellite (INMARSAT) organization's Aeronautical Intermediate (Aero-I) service as part of its Global Air Traffic Management (GATM) system. Aero-I provides oceanic Controller/Pilot Data Link Communications (CPDLC) to Air Traffic Control (ATC) and Aircraft Communications Addressing\Reporting System (ACARS) beyond line-of-sight (BLOS) messages to 618 Tanker Airlift Control Center (TACC) Global Decision Support System. The installed equipment that provides this communications path is the SRT-2000 Satellite Communications (SATCOM) Transceiver Part Number (P/N) 822-1346-001 and IGA-2000 SATCOM Antenna P/N: 822-1369-001. Both of these items are becoming increasingly unsupportable, resulting in increasing maintenance and Mission Impaired Capability Awaiting Parts (MICAP) hours. In addition, INMARSAT has announced that their Aero-I service will be discontinued as of December 31, 2022. There are 400 C/KC-135 aircraft based throughout the United States (U.S.), Pacific, and Europe that will receive the Aero-I SATCOM Replacement. The KC-135 Aero-I SATCOM Replacement supports mitigating anticipated airspace restrictions within the global Communications, Navigation, and Surveillance/Air Traffic Management System, and overall KC-135 shortcomings in reliability, maintainability, and supportability. KC-135 Aero-I Replacement will consist of: SATCOM antenna, SATCOM transceiver (receiver/transmitter), and all associated Group A/B components. Projected time-line for KC-135 Aero-I Replacement fielding is FY20 with installs continuing through FY22. Various independent government cost estimates have determined that a solution set utilizing Iridium SATCOM service provides significant lifecycle cost savings and would be preferred over an INMARSAT SATCOM based solution set. The Government is conducting market research to identify potential sources possessing the production data/repair data, expertise, capabilities, and experience to provide a replacement solutions(s) and integration of a replacement or upgrade into the current KC-135 SATCOM communications system. The contractor shall have the ability to leverage on-going, planned or future SATCOM system developments that could contribute to reducing total lifecycle cost and risk to the program.   CONTRACTOR CAPABILITY SURVEY KC-135 Aero-I SATCOM Replacement Part I. Business Information 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: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: 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) • System for Award Management (SAM) (Yes / No) • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Is your company interested in possible subcontracting opportunities? If so please describe in detail what part or parts of this requirement that your company is capable of or interested in performing. All responses should be sent via email and/or postal mail. Responses must be received no later than close of business: 30 April 2018. Email Responses to: Mr. William L. Loftis, william.loftis@us.af.mil. Please mail two (2) copies of your response to: Mr. William L. Loftis AFLCMC/WKK Building 3001, 3001 Staff Drive, STE 2AJ 85A Tinker AFB, Oklahoma 73145-3001 Questions relative to this market survey should be addressed to: Mr. William L. Loftis william.loftis@us.af.mil Ph#: (405) 736-7489. Part II. Capability Survey Questions A. General Capability Questions: 1. Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 3. What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9001, AS9100, etc.) 4. Describe your company's capabilities for generating, handling, processing and storing classified material and data. 5. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 6. What is your company's current maximum production capacity per month? Provide information on any facility reserves you may possess to increase production capacity in the event of an immediate need do to critical operational mission requirements. 7. Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement? 8. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. a. Provide an outline of the proposed process, including inspections. B. Hardware Production Questions: 1. Describe your capability and experiences in the manufacturing/fabrication of components. C. Software Development Questions: 1. Is your company's software development processes 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 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. D. Repair Questions: 1. Describe your capabilities and experience in modifying existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment. 2. Describe your capabilities and experience in developing/modifying repair or maintenance procedures. Include associated upgrade of technical orders and preparation of new technical orders. 3. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? 4. Describe your process for maintaining inventory records and reporting on hand/in work balances and repair status to your customer. E. Commerciality Questions: 1. Are there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 2. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. F. Services Questions 1. Describe your services capabilities and experience with regard to the requirements of this effort. 2. Describe your capabilities and experience in developing/modifying procedures. Include associated upgrade of technical orders and preparation of new technical orders. 3. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items: a) Contract Number b) Procuring Agency c) Contract Value d) Services Provided 4. Describe your capabilities and experience in any required test, evaluation, and repair processes/procedures with regard to the required items. 5. Describe how you/your organization will identify and resolve parts obsolescence and diminishing manufacturing sources problems? 6. Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. 7. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer as required. 8. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. 9. If your company can not perform the entirety of the requirement what part could or would your company be able to perform. Provide specific info on what could be broken out for your company's performance. G. Contract Strategy Development 1. USAF has historically utilized long term contracts that are structured as Indefinite Demand Indefinite Quantity (IDIQ) and Requirements strategies. From your company's experiences, can you provide your company's understanding of each strategy to include a preference of the different strategies? 2. USAF has historically utilized long term contract strategies that have a base period of performance with either Option Years or Award Term years. From your company's experiences, can you provide your company's understanding of each strategy to include a preference of the different strategies? 3. USAF utilizes DCMA Quality Assurance Representatives (QAR) for production/remanufacture/repair contracting efforts. Can you provide your experiences with DCMA QARs? Do you have a DCMA QAR in your local area or do you utilize a regional QAR? Industry Day The KC-135 Program Office at Tinker Air Force Base is looking into Iridium SATCOM solutions to replace the current AERO-I system and will host an Industry Day on 8 May 2018 at the Tinker Business & Industrial Park, Conference Room A located at 2601 Liberty Parkway, Midwest City, OK U.S.A. 73110 Ph#: 405-733-4949. Industry Day check in and registration will occur between 7:30 - 8:00am CST and will formally start at 8:00am CST. Purpose: Provide the KC-135 Program Office with commercial industry technical solution options; hold a Question and Answer session; and provide a networking opportunity. The Government will provide information about the program and hold individual briefings by appointment lasting NO MORE than 30 minutes. If you desire a one-on-one briefing, contact the Government Contracting Office POC, Mr. William Loftis listed at the bottom of this announcement. All questions will be required in writing. Send known questions in advance NLT 25 April 2018. Additional question forms will be provided at the conference. All industry briefings must be submitted in ".pdf" format to the Government NLT 1 May 2018. All questions and answers will be posted prior to release of the Request for Proposal (RFP). Industry Day: Attendees are required to identify their position within the company they represent. This is a no-fee event and seating is limited. Maximum of THREE attendees will be allowed per Company CAGE code. Registration Forms should be sent NLT 25 April 2018 to Government Contracting Office POC, Mr. William Loftis. An email confirmation will be sent upon receipt along with directions to the meeting location. Late registration and "walk-in" requests will NOT be permitted. Attendees must present a CURRENT photo ID (driver's license, military ID, company ID or passport) matching the attendee information submitted via the Registration Form to gain entry into the event. Comments, Clarifying Questions, and Responses: Unclassified written comments and questions regarding the KC-135 AERO-I Replacement Program shall be submitted NLT 25 April 2018 to Government Contracting Office POC, Mr. William Loftis. Any additional updates and timelines will be posted through FedBizOpps. Disclaimer: This announcement is not a contract, RFP, promise to contract, or commitment of any kind on the part of the Government. The Government does not intend to award a contract on the basis of the information received at this event. The Government will not assume liability for costs incurred by an attendee or for travel expenses or marketing efforts; therefore, attendee cost in response to this notice is not considered an allowable direct charge to the Government. This forum is for informational purposes only. The contents of any future RFP take precedence over anything provided during this briefing and one-on-one sessions. Government Contracting Office Address and POC: AFLCMC/WKK, Building 3001, 3001 Staff Drive, STE 2AJ 85A, Tinker AFB, Oklahoma 73145-3001 United States Primary Points of Contact Mr. William L. Loftis at william.loftis@us.af.mil Ph#: (405) 736-7489.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/KC-135_Aero-I/listing.html)
 
Place of Performance
Address: 3001 Staff Dr., Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN04880159-W 20180407/180405231546-0c17752115e005efe2517ad273055201 (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.