Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SPECIAL NOTICE

15 -- Request for Information: F-15 Roadmap Candidate Collection - Amendment 1

Notice Date
7/20/2020 1:58:58 PM
 
Notice Type
Special Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
FA8634 AFLCMC WWQK WRIGHT PATTERSON AFB OH 45433-7424 USA
 
ZIP Code
45433-7424
 
Solicitation Number
FA863420D2704
 
Response Due
8/14/2020 2:00:00 PM
 
Archive Date
08/29/2020
 
Point of Contact
Mitchell Frost, Phone: 9377137390, Kyle Oaks
 
E-Mail Address
mitchell.frost@us.af.mil, kyle.oaks@us.af.mil
(mitchell.frost@us.af.mil, kyle.oaks@us.af.mil)
 
Description
This is a Request for Information (RFI) for planning purposes ONLY. This is an RFI in accordance with Federal Acquisition Regulation (FAR) 52.215-3, Request for Information or Solicitation for Planning Purposes. This is not a Request for Quotation (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB). The Government is conducting market research to identify, as potential sources, interested parties that may possess the expertise, capabilities, and experience to competently and competitively respond to a potential upcoming requirement. Responses to this notice are not considered as offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in FAR 31.205-18, Bid and Proposal Costs. Although �proposal� and �offeror� are used in this RFI, your response will be treated as information only. It will not be used as a proposal. Interested parties 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, party, or individual for any expenses associated with preparation or participation in this RFI. Respondents are solely responsible for all expenses associated with responding to this RFI. The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Fighters and Advanced Aircraft Directorate, F-15 Division (AFLCMC/WAQ) is seeking information regarding potential technology and capability improvements to be included in future F-15EX production and/or for incorporation into the legacy F-15E fleet. The F-15 Division, in collaboration with Air Combat Command, hosted a warfighter (operator and maintainer) workshop to identify and prioritize current and future capability gaps. The workshop resulted in the creation of a single, prioritized list of gaps that generically fell into the following six categories: Prosecute - ability to engage and eliminate targets Survive - ability to live through engagements with enemy systems Persist - ability to extend operations in the required environments Interoperability - ability to effectively communicate with other weapon systems Maintain - ability to sustain the F-15E/EX fleets Train - ability to support operator and maintainer training The resulting, prioritized list of gaps is classified. Interested parties that desire access to the prioritized capability list of gaps must request it from the Government by contacting Mr. Brett Hennagir (Security Chief, F-15 Division) at 937-713-7451 or Mr. Ronald Lutterbie (Senior Security Manager, F-15 Division) at� 937-713-7618. Mr. Hennagir or Mr. Lutterbie�will verify proper facility requirements and an appropriate DD254 are in place to receive/create/store/transmit classified materials at the party�s location. Mr. Hennagir or Mr. Lutterbie do�not have the authority to contractually bind the Government in any manner whatsoever. The Government will consider candidate technologies that augment or replace existing F-15 capabilities or provide entirely new capabilities to address the prioritized list of gaps. For planning purposes, the Government is most interested in the following solution attributes (in priority order): Technology Readiness Level (TRL) 4 or higher. Use of an Open Mission Systems (OMS) interface. Use of Artificial Intelligence algorithms. Interested parties should respond to this RFI by providing a completed Candidate Quad Chart (template attached) for each candidate technology or capability proposed for consideration. Any supplemental information relating to the candidate technology or capability, to include specification sheets, test summary results, and funding estimates for maturing candidate technologies to TRL 6 for incorporation into the F-15E/EX, shall be limited to no more than five�(5) 8.5x11-inch pages, 1-inch margins, Times New Roman 12?point font. The Government will consider classified candidates. Parties interested in providing classified data MUST coordinate with Mr. Brett Hennagir at 937-713-7451 (brett.hennagir.1@us.af.mil) or Mr. Ronald Lutterbie at 937-713-7618 (ronald.lutterbie.ctr@us.af.mil) prior to providing responses to this RFI. Interested parties are responsible for proper classification markings and secure transmission of any/all classified information. Any proprietary data MUST be marked on a section-by-section basis and will be kept confidential and protected in accordance with the Uniform Trades Secret Act. Interested parties should state whether their technology is commercially available and whether it is anticipated to be Berry Amendment-compliant. Finally, please state whether your RFI responses may be shared with the F-15 prime integrator, The Boeing Company. If only certain sections may be shared, please clearly divide the response into sections shareable with Boeing and those not shareable with Boeing. RFI Response, Submittal, and Instructions. CAPABILITY STATEMENT: All interested parties shall submit a capability statement that explicitly demonstrates their capability to meet the requirements stated in this RFI. If late information is received, it may or may not be considered depending on Government time constraints. The capability statement should be concise, yet clearly demonstrate an ability to meet the stated requirements. The statement shall include answers to the following business information for your company, any teaming or joint venture partners, or other organizations: Company Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: Per the parameters of NAICS Code 336411, state whether your company is: Large Business ���������������������������������������������� (Yes / No) 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 Small Business ����������������� (Yes / No) Central Contractor Registration (CCR)��������������� (Yes / No) (*) If you answered yes to any of the NAICS Code parameters above, please explain whether your company would be capable of meeting the requirements of FAR 52.219-14, Limitations on Subcontracting. Please clarify if your company can provide commercial or non-developmental items that could be modified, or the technology and expertise for development, to meet the Government�s needs. Small businesses and non-traditional defense companies that possess required capabilities are encouraged to submit responses to this notice. This announcement is NOT A REQUEST FOR PROPOSAL, nor does the Government intend to pay for any information submitted in response to this RFI. This RFI does not commit the Government to award a contract. This RFI is for market research only and any procurement resulting from this announcement will be synopsized separately. All correspondence shall reference the RFI Title and Notice ID on https://beta.sam.gov/. General Instructions for Candidate Quad Chart completion: Capability Definitions Quadrant: Description: Provide a brief description of candidate technology and outline required hardware and/or software modifications. Operational Benefit: In terminology understood by pilots and/or maintainers, include how the candidate technology would improve current operations, emphasizing quantifiable improvements, if possible. Dependencies: Address both a) size, weight, power, and cooling (SWAP-C) requirements to implement the candidate technology; and b) any other candidate technologies in your response necessary to implement the candidate technology. Exclusions: If implemented, what other candidate technologies in your response cannot (or should not) be implemented simultaneously? Programmatics Quadrant: TRL/Manufacturing Readiness Level (MRL)/Period:�Provide current TRL and MRL of the proposed candidate technology; provide projected cost and schedule to mature candidate technology to TRL 6 ready for incorporation into the F-15E/EX. Co-development Risks:�List any programs/organizations (other than the F-15 Division) from which funding is required to ensure the candidate technology is matured to TRL 6. Integration Risks:�Provide your subjective assessment of areas that involve integration risks (Group A requirements, SWAP-C concerns, Group B development, etc.). Impacts Quadrant: Weight:�What is the anticipated candidate weight; is it an increase or decrease from existing systems (if known)? Maintenance Impacts:�Will the candidate technology make it easier or harder to maintain the F-15E/EX System(s)? Please qualify and quantify the impacts, if possible. Sustainment Impacts:�What are the supply chain impacts (new NSNs, NIINs, interaction with other supply chains, etc.)? Operational Impact:�In terminology understood by pilots and/or maintainers, how could the candidate technology be a detriment to current operations? Please qualify and quantify the impacts to include any mission/performance tradeoff analysis, if possible. Mapping to Gaps Quadrant:� Primary: Based on the prioritized list of gaps, indicate the highest prioritized gap the candidate addresses. Secondary: Based on the prioritized list of gaps, indicate the second highest prioritized gap the candidate addresses (if applicable). Other Gaps Addressed: If applicable, indicate all other gaps the candidate addresses, with particular emphasis on identifying maintenance and training gaps. General Instructions Complete and carefully review classification markings, to include portion markings. If applicable, ensure proprietary markings are included. RESPONSES ARE DUE NO LATER THAN 5:00 P.M. (EDT) ON 14 Aug 2020. UNCLASSIFIED responses must be electronically submitted to the Government�s Procurement Contracting Officers (PCOs): Ms. Jaclyn Edwards at jaclyn.edwards@us.af.mil, Ms. Emily Starkey at emily.starkey@us.af.mil, and Mr. Mitchell Frost at mitchell.frost@us.af.mil. Each unclassified response shall include a completed capability statement and quad chart as described above. All UNCLASSIFIED correspondence shall contain a subject line that includes the RFI Title and Notice ID on https://beta.sam.gov/. If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Attachments with files ending in .zip or .exe are not allowable and will be deleted by the server. Ensure only .pdf, .doc, .docx, .xlsx, or .xls documents are attached to your email. All other attachments may be deleted. CLASSIFIED responses shall be provided via appropriate secure channels after coordination with the F-15 Security POC (Mr. Brett Hennagir at�937-713-7451 or Mr. Ronald Lutterbie at�937-713-7618). Absolutely NO CLASSIFIED information shall be sent to any unclassified email address contained in this RFI. The Government reserves the right to contact the submitting parties as required for further clarification on any material provided. The Government will evaluate the information provided, include it within its market research, and use it as needed during potential future RFP developments. In addition, the Government will use its evaluation of the information and other research resulting from this notice to determine which sources appear qualified to perform the work required by the Government. Respondents will not be notified of the results of the evaluation. Note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is https://beta.sam.gov/. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through BetaSAM. Interested parties are responsible for ensuring they have the most up-to-date information regarding this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/750b57139648424c9546c5615ca9fbe4/view)
 
Place of Performance
Address: Wright Patterson AFB, OH 45433-7424, USA
Zip Code: 45433-7424
Country: USA
 
Record
SN05725941-F 20200722/200720230145 (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.