Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2020 SAM #6735
SOURCES SOUGHT

15 -- Future Long Range Assault Aircraft (FLRAA) Request for Information (RFI), Long Lead Materials, Contract Type Recommendation and Notional Development Contract Schedules.

Notice Date
5/6/2020 11:34:06 AM
 
Notice Type
Sources Sought
 
NAICS
336 —
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
FLRAA_Request_for_Information_PM_5_6_2020
 
Response Due
5/26/2020 2:00:00 PM
 
Archive Date
06/10/2020
 
Point of Contact
FLRAA USARMY, Adrian L. Epps
 
E-Mail Address
disa.redstone.peo-comms.mbx.flraa-usarmy-redstone-arsenal-peo-av@mail.mil, adrian.l.epps.civ@mail.mil
(disa.redstone.peo-comms.mbx.flraa-usarmy-redstone-arsenal-peo-av@mail.mil, adrian.l.epps.civ@mail.mil)
 
Description
The Program Executive Office (PEO) Aviation, Project Manager (PM) FLRAA, on behalf of the Warfighter, seeks information on three distinct items (1) potential FLRAA physical prototype long lead materials list, costs, and timeline for ordering prior to initiation of prototype build, (2) FLRAA development contract type for the Preliminary Design phase, the Detailed Design phase, and the Physical Prototype Build phase with rationale and (3) potential benefits, risks and assumptions for FLRAA notional development schedules. This information will inform PM FLRAA activities toward a potential FLRAA Program of Record (PoR). FLRAA Long Lead Materials for Physical Prototype Build Information Sought: Information is sought to identify long lead materials, required lead-time for each long lead item, and the unit costs for each long lead item required to build a physical prototype of a potential FLRAA aircraft. FLRAA Long Lead Materials for Physical Prototype Build Response Instructions: Assuming a quantity of six (6) prototype aircraft, the response should include the following: Complete attached Excel spreadsheet providing the following information: 1. Provide the long lead item nomenclature. 2. Provide the long lead items status as a Make or a Buy item. 3. Provide the item�s quantity to support the aircraft build. 4. Provide the item�s estimated cost data for a quantity of one (1) each. 5. Provide the item�s estimated lead time required relative to prototype build start and completion. FLRAA Development Contract Type Information Sought: This portion of the RFI requests an assessment from industry on their ability to successfully execute the Preliminary Design Phase, the Detailed Design Phase, and the Physical Prototype Build Phase using a hybrid Fixed Price Incentive (FPI) contract, currently under consideration by the Government. Use of a hybrid FPI means that the predominance of the effort, but not the total effort, in each phase, would utilize the FPI contract type. The Government also requests that industry recommend alternative contract type structures as part of the response. FLRAA Development Contract Type Response Instructions: For a potential FLRAA development contract planned to begin in FY22, request industry provide the following: 1. Identify the perceived benefits, risks and assumptions in executing each phase listed above utilizing a hybrid FPI type contract, currently under consideration by the Government. 2. Recommend incentives, in line with FAR subpart 16.4 � Incentive Contracts, and alternate predominate contract type(s), for each phase listed above. Include rationale, perceived benefits, risks and assumptions as part of the response. 3. Propose contract line item number (CLIN) structures for each phase listed above. Which CLINs (e.g. test units *** provide examples) within each phase would be more appropriately FPI, Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF), or Cost Reimbursement (CR), recognizing that the preponderance of the events may be FPI. Include rationale, perceived benefits, risks and assumptions as part of the response. FLRAA Notional Development Contract Schedules Information Sought: This portion of the RFI will focus on the potential benefits, perceived risks and assumptions required in the two notional contract schedules described below. In both schedule options: the Army plans to utilize advance procurement authority for long lead materials in support of Low Rate Initial Production (LRIP); LRIP will be authorized at Milestone C in FY 2028; and delivery of production air vehicles (A/Vs) required to support First Unit Equipped in FY 2030. 1) The first contract schedule involves a second quarter fiscal year (FY) 2022 contract award requiring an A/V preliminary design review (PDR) at eight (8) months after contract award (ACA), a weapons system PDR 17 months ACA followed by a milestone B authorization and contract option exercise at 20 months ACA which will initiate the detailed design phase, with critical design review (CDR) at 35 months ACA, and six (6) A/V physical prototype builds requiring first A/V prototype delivered at 40 months ACA, the last A/V prototype delivered at 52 months ACA, and joint contractor/US Government testing to begin upon delivery of first prototype A/V. 2) The second contract schedule involves a third quarter FY 2022 contract award with a combined A/V and weapons system PDR within 10 months ACA, followed by a milestone B authorization and contract option exercise at 12 months ACA to begin detailed design, with critical design review at 22 months ACA, and six (6) A/V physical prototype builds requiring first A/V prototype delivered in 35 months ACA, the last A/V prototype delivered at 48 months ACA, and joint contractor/US Government testing to begin upon delivery of first prototype A/V. FLRAA Notional Development Contract Schedules Response Instructions: The Government requests that industry provide information identifying the potential benefits, the perceived risks and the assumptions that would be required to meet the two notional schedules described above for a potential FLRAA PoR contract. Each benefit and risk identified should describe the rationale for designation as a benefit or risk. Assumptions required to meet the notional schedules should be clearly and succinctly described. If industry requires the latest unclassified and classified draft FLRAA system specification, they should submit their request to the email address specified below. Proof of proper facility clearance will be required. Instructions for Submission: Responses to this RFI will be used for information and planning purposes only and does not constitute a solicitation. This Request for Information (RFI), issued in accordance with FAR 15.201(e), is for the purpose of preliminary planning and is not a Request for Proposal (RFP) or solicitation. This RFI does not commit the Government to a contract or an agreement for any supply or service. The issuance of this RFI does not obligate or restrict the Government to an eventual acquisition approach, nor does it obligate the Government to issue a solicitation. Unsolicited proposals or any other kinds of offers will not be considered or accepted by the Government to form a binding contract. The information provided in this RFI is subject to change and is not binding on the Government. Any questions regarding this posting must be directed to the following FLRAA USARMY Redstone Arsenal PEO AVN Mailbox. FLRAA email: disa.redstone.peo-comms.mbx.flraa-usarmy-redstone-arsenal-peo-av@mail.mil No questions will be accepted telephonically nor will any responses to questions be provided telephonically. Responders are responsible for all expenses associated with responding to this RFI. All interested parties are advised that the Government will not provide any form of compensation or reimbursement for the information provided. No contract or other binding instrument will occur as a result of this RFI. Therefore, all costs associated with the RFI submissions will be solely at the expense of the respondent submitting the information. The Government may request additional information upon review. Proprietary information should be clearly marked. No classified documents will be included in your response. Please be advised all information submitted in response to the RFI becomes the property of the US Government and will not be returned. All information received in response to this RFI marked ""proprietary"" will be handled accordingly. The Government will utilize non-Government personnel (support contractors), as identified below, to review responses to this RFI in support of the FLRAA PM. If the respondent requires a Proprietary Information Agreement (PIA), Non-Disclosure Agreement (NDA), or equivalent with the companies below prior to support contractors reviewing the submissions, the Government requests that the respondent obtain the PIA/NDA from the company POCs and provide the PIA/NDA with their submittal to the FLRAA email address listed on the last page of this RFI. ��Support Contractor��(POC) (Office Phone) (Office Email)��������������������������������������������� Intuitive Research & Technology Co. Iron Mountain Solutions Quantitech Trident Brown Technology Torch Technologies, Inc. 4M Radial Solutions Inc. The University of Alabama in Huntsville SAIC COLSA Ohio Technical College SDI Inc. Alionscience Corporation Integration Innovation * Respondents may request a complete list of POC information using the email link at the end of this RFI The participating support contractor companies will be precluded from submitting a response to this RFI or any potential subsequent solicitation for this effort. Responses to this RFI shall not exceed total email file size of 9MB. Responses exceeding this limit will not be accepted by the Government. Responses shall also not exceed 20 single-sided pages on 8.5 x 11 size paper plus the completed Excel template for the Long Lead portion of this RFI. Font size shall not be smaller than Arial 10. All responses shall be submitted via email to the FLRAA email listed below. All information must be readable by Microsoft (MS) Word 2013, MS Excel 2013, or Adobe Acrobat and shall be provided with proper markings (No CLASSIFIED information). FLRAA RFI Responses should include: 1. Company Name, CAGE Code, DUNS number, Company Address, and Place of Performance Address 2. Point of contact, including: name, title, phone, and email address 3. Size of company, average annual revenue for the past three years, and number of employees 4. Whether the business is classified as a Large Business, Small Business (including Alaska Native Corporations (ANCs) and Indian tribes), Veteran Owned Small Business, Service-Disable Veteran-Owned Small Business, HUBZone Small Business, Small Disadvantaged Business (including ANCs and Indian tribes), or Women-Owned Small Business This RFI will be open from date of publication through 26 MAY 2020. The Government encourages participation by small business (including Alaskan Native Corporations (ANCs) and Indian tribes), veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business (including ANCs and Indian tribes), and women-owned small business concerns. All responses must delivered by 1600 Central Time on 26 MAY 2020 to the FLRAA USARMY Redstone Arsenal PEO AVN Mailbox. Email: disa.redstone.peo-comms.mbx.flraa-usarmy-redstone-arsenal-peo-av@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c2b57bb279b44e82b445b4d84ca5f5fb/view)
 
Place of Performance
Address: Redstone Arsenal, AL, USA
Country: USA
 
Record
SN05649231-F 20200508/200506230210 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.