Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2018 FBO #6000
MODIFICATION

A -- UNIVERSAL ARMAMENT INTERFACE (UAI) - Draft PWS

Notice Date
4/26/2018
 
Notice Type
Modification/Amendment
 
NAICS
541330 — Engineering Services
 
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
FA8628-18-R-22XX
 
Archive Date
5/24/2018
 
Point of Contact
Diane X. Chen, Phone: 9377137591, Cynthia A. Hale, Phone: 9377137592
 
E-Mail Address
diane.chen@us.af.mil, cynthia.hale.4@us.af.mil
(diane.chen@us.af.mil, cynthia.hale.4@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Performance Work Statement for UAI SYNOPSIS: The Air Force is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements as specified in this posting. The purpose of this Sources Sought is to determine if there are any businesses available who are capable of performing the following effort. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) SUBMISSION. This is a market research tool to determine the availability and adequacy of potential sources. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party's expense. In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this FedBizOpps website for additional information pertaining to this source sought. INSTRUCTIONS: 1. Below is a description of the requirement and a Contractor Capability Survey, which allows you to provide your company's capabilities. 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. Both large and small businesses are encouraged to participate in this Market Research. 4. Questions relative to this market survey should be addressed via email to Cynthia Hale (AFLCMC/WWB), cynthia.hale.4@us.af.mil and Diane Chen (AFLCMC/WWB), diane.chen@us.af.mil. Verbal questions will NOT be accepted. 5. Firms responding to this announcement should indicate their size, particularly if they are a small disadvantaged business, a socially and economically disadvantaged business, a woman-owned business, a service disabled veteran-owned small business, a HUB zone small business concern, and should also indicate if the firm is foreign-owned. In accordance with AFFARS Clause 5352.201-9101, the Ombudsman for AFLCMC is Lt Col Peter Sandness, AFLCMC/AQ, Wright-Patterson AFB OH, 45433. Existence of the Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and, therefore, for routine matters on individual solicitations, please contact the buyer at the telephone number listed herein. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. Any questions regarding this acquisition should be directed to the Contract Specialist, Cynthia Hale at cynthia.hale.4@us.af.mil and the Contracting Officer, Diane Chen at diane.chen@us.af.mil. Should you desire to contact the Ombudsman, Lt Col Sandness can be reached at (937) 255-5512, e-mail: peter.sandness@us.af.mil. PROGRAM DESCRIPTION AND REQUIREMENTS OVERVIEW: 1. Universal Armament Interface (UAI) was initially developed by the United States Air Force (USAF) and defines a standardized specification and method of integrating MIL-STD-1760, AS5725 Miniature Mission Store Interface (MMSI) and AS5726 Interface for Micro Munitions (IMM) guided weapons independent of aircraft Operational Flight Program (OFP) update cycles. The primary components of UAI include Interface Control Documents (ICD), Certification Compliance Plans (CCP), system integration lab Certification Tool (CT) hardware and software, Launch Acceptability Region (LAR) documents, tools and processes, and Mission Planning software and certification tool. Performance includes software design & development, testing & formal qualification of weapon system requirements, and technical & engineering analysis & generation of logical interface specifications; configuration control & management of all software & technical documents will be required; maintenance and sustainment of certification tool hardware and software. Performance also includes the UAI Super Joint Interface Control Working Group (SJICWG) Secretariat function & technical support for the UAI Program Office in accordance with the UAI Interface Control Plan (UAI ICP-R02). 2. UAI Program Office Support -- Provide support to individual platform/store program offices in their efforts toward integration of UAI requirements into their specific Operational Flight Program (OFP) and Mission Planning components. This support will be situational and will depend on need and a request from the Program Office for such support. Support may be provided at all phases of an OFP program, domestic and/or international, including requirements definition and generation, system development and demonstration, and system testing and fielding. 3. Working group, integrated product team, documentation and governance support -- Provide Platform/Store (PS) and Mission Planning (MP) Interface Control Documents (ICDs) and Launch Acceptable Region Data Package (LARDP) Super Joint Interface Control Working Group (SJICWG) support, to consist of secretariat functions utilizing and managing a secure website provided by the Government, providing key technical support in generating proposed changes or additions to the PSICD, MPICD, and LAR documents and associated Compliance Certification Plans (CCPs), as well as providing partial support from Original Equipment Manufacturer (OEM) programs not currently funded for UAI implementation to participate in SJICWG activities. All SJICWG support will follow the specified processes outlined in the UAI Interface Control Plan (ICP). 4. Risk Reduction Studies -- Perform Risk Reduction studies as requested for incorporation of follow on interface requirements into current UAI development efforts. Follow on interface requirements are considered to be those functional and logical interfaces that are outside the scope of current UAI development efforts. This effort will include technical reports and presentations documenting potential identified candidates, feasibility, trade studies, as well as roadmaps and plans for incorporating interfaces from these systems or technologies into the UAI program. For those interfaces or technologies deemed feasible for near-term inclusion into UAI, draft Engineering Change Proposals (ECPs) and associated draft Interface Change Notices (ICNs) will be generated with respect to the appropriate PSICD, MPICD, and LAR core documents. The draft ECPs/ICNs will either be incorporated into UAI core documents through formal SJICWG processes, or will otherwise be refined during follow on, full development efforts to address and incorporate these interfaces into UAI. 5. UAI Development Tools - Universal implementation of the UAI requirements across a multitude of platforms and store programs has been facilitated by use of common development tools developed and provided by the UAI Program Office. Successful contractors will be required to provide continued support of these development tools, including but not limited to: (a) UAI Certification Tool (CT): Update all Computer Software Configuration Items (CSCIs, currently including the Mission Planning CT, Universal Store Simulator (USS), and Universal Platform Simulator (UPS)) to be current with ICD revisions and (b) Updates to the LAR Toolset. 6. Provide engineering, software programming, source code writing, and program management services and products to maintain and advance the Universal Armament Interface (UAI). Performance will include analysis of requests for change in the areas of platform-store logical interfaces, mission planning systems' proprietary software interoperability & launch acceptability region algorithms. The product of the analysis will be published Universal Armament Interface changes, certification compliance plans, mission planning software and development & test software to enable certification compliance across all elements of UAI. PERFORMANCE REQUIREMENTS: 1. See the attached Performance Work Statement. CONTRACTOR CAPABILITY SURVEY: Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners 1. Company/Institute Name 2. Address 3. Point of Contact 4. CAGE Code 5. Phone Number 6. E-mail Address 7. Web Page URL All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The North American Industry Classification System (NAICS) Code for this action is 541330, Exception A (size standard $38.5 Million). Part II. Capability Survey Questions 1. Demonstrate and discuss the contractor's familiarity and understanding of UAI. 2. Demonstrate the contractor's experience with efforts involving integration of "smart" weapon systems onto USAF, USN, and/or foreign military aircraft. 3. Discuss experience with USAF and USN aircraft mission planning. 4. Discuss experience with UAI. RESPONSE FORMAT INSTRUCTIONS: All email correspondence shall contain a subject line that reads "UAI RFI" Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to email. Submit responses electronically to cynthia.hale.4@us.af.mil. Responses must be limited to ten pages (8.5 x 11) in length (Times New Roman 12pt font). The response cover page is not included in the ten page count, but each page after the cover counts. Any pages beyond the cover and ten page limit will not be considered. Response should be submitted no later than (15) fifteen calendar days from the publication date of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8628-18-R-22XX/listing.html)
 
Record
SN04902479-W 20180428/180426231033-2240b0e28f69948036009a25aa2c1da8 (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.