Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2018 FBO #6134
SOURCES SOUGHT

58 -- Product Manager Electro-Optic/Infrared Payloads (PdM EO/IR) Shadow POP300/300D Life Cycle Sustainment Support Request for Information (RFI)

Notice Date
9/7/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W56KGY) Division C, 6565 Surveillance Loop, Building 6001, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
W56KGY-18-R-POP300
 
Archive Date
10/9/2018
 
Point of Contact
Shannon Baker, , Raymond Hacker,
 
E-Mail Address
Shannon.a.baker2.civ@mail.mil, raymond.r.hacker.civ@mail.mil
(Shannon.a.baker2.civ@mail.mil, raymond.r.hacker.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Product Manager Electro-Optic/Infrared Payloads (PdM EO/IR) Shadow POP300/300D Life Cycle Sustainment Support Request for Information (RFI) This Request for Information (RFI) is for acquisition planning purposes only and shall not be considered as an Invitation for Bid, Request for Quotation, Request for Proposal or as an obligation on the part of the Government to acquire any products or services. Your response to this RFI will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of respondent submission of responses to this announcement or the Government use of such information. The Government reserves the right to reject, in whole or part, any respondent input resulting from this request. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. This information provided may be used by the US Army in developing its Acquisition Strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s). Respondents to this RFI are responsible for adequately marking proprietary information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Product Manager Electro-Optic/Infrared (PdM EO/IR) is conducting market research to determine potential vendors in the marketplace that can perform Life Cycle Sustainment for the Plug-In Optronic Payload (POP) 300/300D that are currently supported by Stark Aerospace. The scope for this notice is for life cycle sustainment support for approximately ~ 547 POP300/300D (8 payloads are Australian assets through Foreign Military Sales and the remaining are U.S. Army assets) currently in inventory both Continental U.S. (CONUS) and Outside the Continental U.S. (OCONUS). The POP300/300D Life Cycle Sustainment support strategy, both CONUS and OCONUS, includes: •Contractor Logistics Support Strategy •Sustainment Engineering Support •Field Service Support •Depot Source of Repair (DSOR) •Training Below are the life cycle sustainment support details that describe the Government's strategy for sustainment. A. Contractor Logistics Support Strategy The Government's support strategy is to provide and to continually improve payload support for the POP300/300D over its life through disposal. This may include: updating the support package, monitoring the payload performance according to industry best practices, and providing methods for seeking cost reductions through Should Cost management and other techniques. Life cycle support functions include sustaining the readiness and operational support of the payload, performing intermediate level repairs and depot level repairs, maintaining repair facility capacity and locations, maintaining Repair Turn Around Times (RTAT) for standard/non-standard/planned maintenance, assessing Mean Time Between Failure (MTBF), shipping, and receiving. B. Sustainment Engineering Support The Government's sustainment strategy is to obtain and analyze engineering data to support predictive analysis, preventative maintenance, inventory management, configuration management, and Reliability, Availability & Maintainability (RAM) metrics. C. Field Service Support Currently, the Government's Contractor Logistics Support contract provides Field Service Representatives (FSRs) both CONUS and OCONUS. FSRs primarily remove and replace POP300/300D in the field and send the payloads CONUS for further diagnostics and repair. The Government's field service support strategy is to minimize RTAT by assessing, diagnosing and repairing sensors at the Field Level when possible. D. Depot Source of Repair (DSOR) Currently, there is no Government depot level structure in place for the sensor payloads. The Government's strategy is to develop the framework for establishing a depot level repair capability to sustain the payload by facilitating an organic depot capability through a public/private partnership (P3). This support structure would allow the Government to manage component obsolescence, provide Quality Assurance/Quality Control (QA/QC), conduct incoming sensor inspections, and test and verify that repairs are adequately conducted. E. Training Training is currently conducted at U.S. Army Training and Doctrine Command (TRADOC). The Government's strategy is to continue utilizing TRADOC to train Soldiers and to provide updates and improvements as necessary on the POP300/300D. Interested Respondent Requirements: Respondents that can address the POP300/300D life cycle sustainment details outlined above and can provide best practice and superior sustainment solutions, please fill out the RFI Submission Items below. Respondents are requested to provide their response in PDF format. All material submitted in response to this RFI must be unclassified. Information received in response to this RFI will be safeguarded adequately from unauthorized disclosure. Please limit responses to forty (40) pages or fewer. The font shall be Times New Roman and no smaller than 10pt with at least a one-inch margin. Responses are due thirty (30) calendar days from the date of posting of this RFI. Submission Items - POP300/300D Life Cycle Sustainment Support Respondents shall explain their approach and identify the key tasks required to achieve and/or exceed the life cycle sustainment support strategy outlined above. Additionally, 1. Please provide the following: Company Name, Contact Name, Position, Telephone, E-mail, Cage Code, and Company URL. 2. The Government does not currently have the rights to the technical data required to support the POP300/300D. The Government intends to obtain limited technical data rights to sustain the hardware and software of the payloads over the life of the Tactical Unmanned Air Systems (TUAS) RQ-7B Shadow at a Government depot. Please indicate if there is any software embedded in your system and specify the level of data rights you are willing to provide. (Reference Section D above.) 3. The Government anticipates the economic useful life of the POP300/300D to be a minimum of 10 years. Outline your company's logistics support strategy to include planning, implementation, management, and oversight required to maintain and improve payload readiness and sustain the payloads through End Of Life (EOL). (Reference Section A above.) 4. Explain your company's approach to sustainment engineering through EOL to include: Diminishing Manufacturing Sources and Material Shortages (DMSMS) management, payload maintenance data, predictive analysis, root cause analysis of in-service problems, preventative maintenance, obsolescence management, configuration management, and resolution of safety related deficiencies. Describe how RAM data can be integrated into the sustainment engineering approach to improve POP300/300D Operational Availability. (Reference Section B above.) 5. Explain the approach to execute the US Army's two-level maintenance system, defined as Field-level maintenance and Depot-level maintenance. Approaches should address the CONUS and OCONUS maintenance support concept for the payloads, including general strategies that enable maximum diagnostic testing and contractor maintenance and repair in the Field to minimize Repair Turn Around Time (RTAT). (Reference Section C and D above.) 6. Explain the approach to support the Government in the conduct of a DSOR and the establishment of P3 for the support of the POP300/300D. Provide an outline of planned transitions to determine the optimum depot-level maintenance support that considers organic, commercial, or a combination of organic and commercial sources of repair for the payload life cycle. Explain the process for detecting and repairing payload defects before Government acceptance and the quality standards used to ensure a payload is fully mission capable before going back out into the field. Data Item Description (DID) DI-ILSS-80739 may be used to determine the types of information requested for this response. (Reference Section D above.) 7. Provide samples of operator and maintainer training course materials for a POP300/300D, or similar component, in PDF format. Describe your company's approach to maintain and update existing operator and maintainer manuals, to include operational and maintenance instructions, parts list(s), and related technical information procedures exclusive of administrative procedures. (Reference Section E above.) 8. Please address whether your company has the Technical Data Package (TDP (e.g. Engineering Data for Provisioning, Training, Technical Manual, Interface Control Documents for hardware and software, etc.) for the POP300/300D. MIL-STD-31000A dated 26 February 2013 can be used for reference. If your company does not own the TDP, please explain the proposed approach to sustain the POP300/300D without the TDP. 9. Outline best practice business processes focused on life cycle sustainment (risk management to optimize the payload life cycle sustainment cost; success stories for public-private partnerships for depot-level maintenance; supply chain risk management approach, i.e. strategic supplier alliances with both US and non US component sources; value sustainment engineering; emerging technologies for sustainment and logistics; efficient supply support; distribution and transportation improvements; agile training capabilities; and leveraging logistics data to reduce sustainment footprints). The DoD Directive 5000.01, the Defense Acquisition System, 20 NOV 07 and DoD Instruction 5000.02, Operation of the Defense Acquisition System, 10 AUG 17 can be used for reference. The "Department of Defense Risk, Issue, and Opportunity Management Guide for Defense Acquisition Programs" dated JUN 15 can be used for reference. 10. Describe innovative improvements for configuration management; end-to-end sustainment IT solutions; sustainment operational logistics success stories; quality management programs; and approach to sustainment and logistics innovation. Address efficiency improvements that could reduce the time required for diagnostic testing that supports Field-level maintenance and to reduce RTAT for a standard depot level repair. 11. Include two life cycle sustainment projects completed in the past 10 years that best demonstrate your experience on projects that are similar in size, scope, and complexity that demonstrate meeting and/or exceeding performance, best practices, and/or innovative improvements. 12. Provide a Rough Order of Magnitude (ROM) for all level of efforts identified within Items #1 through #11. Response Points of Contact Send ALL responses to this RFI via email to BOTH POCs below: ACC-APG Contracting POC : Contract Specialist: shannon.a.baker2.civ@mail.mil PdM EO/IR POC: System Acquisition Manager: raymond.r.hacker.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a038a37c9e8d4710274c3d614aa5ae85)
 
Place of Performance
Address: Various locations in the Continental U.S. (CONUS) and Outside the Continental U.S. (OCONUS)., United States
 
Record
SN05079157-W 20180909/180907231439-a038a37c9e8d4710274c3d614aa5ae85 (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.