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
SOURCES SOUGHT

B -- B-52 Fuel System Trainer

Notice Date
7/20/2020 12:39:51 PM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8107 AFLCMC WWK TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FA8107-20-R-0003
 
Response Due
8/20/2020 2:00:00 PM
 
Archive Date
09/04/2020
 
Point of Contact
James Richison, Phone: 4056841426
 
E-Mail Address
james.richison.1@us.af.mil
(james.richison.1@us.af.mil)
 
Description
B-52H FUEL SYSTEM TRAINER THIS IS NOT A REQUEST FOR PROPOSAL (RFP) SOLICITATION. RFP REQUESTS WILL NOT RECEIVE A RESPONSE.� ""Notice to Offeror(s)/Supplier(s): Funds are not available for this effort.� No award will be made under this Sources Sought Synopsis (SSS)/ Request for Information (RFI) Market Survey.� The Government reserves the right to cancel this SSS/RFI, either before or after the closing date.� In the event the Government cancels this SSS/RFI, before or after the closing date, the Government has no obligation to reimburse an Offeror for any costs."" This Sources Sought Synopsis (SSS) /Request for Information (RFI) Market Survey is being conducted by the United States Air Force to identify potential sources that may possess the expertise, capability, and experience to meet the qualification requirements to upgrade and modernize two B-52 Fuel System Trainers and fabricate and field a third B-52H Fuel System Trainer to support B-52H Weapons System training.� The Air Force is also interested in companies who can provide a virtual B-52H Fuel System Trainer solution. A virtual trainer solution will remove the need to upgrade/fabricate the fuel system trainers mentioned earlier. This SSS will also be used to determine if this effort can be competitive or a Small Business Set-Aside. While industry sources are requested to provide full and comprehensive responses to this questionnaire, they are reminded that all information is voluntary, and the Government will not reimburse sources in any way for responses provided.� Likewise, a company�s participation in the market research via this questionnaire does not obligate the Government to enter into any contractual agreement, either formally or informally, with a company. The proposed North American Industry Classification System (NAICS) Code is 336413 with a size standard of 1,250 employees. The Government will use this information to determine the best acquisition strategy for this procurement.� The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns.� The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code.� Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years.� Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.� The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish, repair/overhaul/fabrication and or upgrade, test, preservation and packaging, and return of the B-52H Fuel System Trainers to the government in a completely serviceable condition at the unit prices established at the time of a contract award. Additionally, the contractor may need to acquire license agreements from the Original Equipment Manufacturer (OEM), in order to obtain rights to all required data, including military specific modifications. The contractor may be responsible for recurring and nonrecurring engineering services associated with becoming a qualified source.� The contractor may be responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement, reparable forecasting, obsolescence issues, and delivery of serviceable assets. The specific requirement for this effort are below. Estimated Solicitation Issue Date:� TBD Estimated Solicitations Closing/Response Date: �TBD PR#: �TBD Nomenclature/Noun: �B-52H Fuel System Trainer Application: �B-52H Part Number:� 25-8683 NSN:� 6910-00-083-2171���������� ������������������� ������ Noun:� Fuel System Trainer������ ������� ����������� �������� Estimated Repair Requirement:� 12-18 Months Reference existing tech data for this NSN is below Qualification Requirements are available. BACKGROUND:� The B-52H Fuel System Trainer is a multiple-panel trainer consisting of five (5) student mock-up boards and a main stand-alone training device. The primary purpose of this trainer is to display/aid in instructing the typical fuel load requirement and to visually portray the defuel and refuel procedures performed on the B-52H aircraft. Each time a fuel system check is performed on a flightline aircraft, there is a potential for one of 17 fuel level control valves to malfunction and cause manifold leaks to occur in the aircraft. Each time a fuel level control valve is removed and installed, the aircraft must have its fuel tanks drained and then be sent to the fuel cell hangar to have the repair action performed. A working simulation of the B-52H Fuel Panel should be incorporated on the main fuel panel display to show students an actual representation of what happens as they manipulate different fuel load configurations.� Ideally, students should be able to use their individual mock-up boards to control the main fuel panel display. Additionally, this trainer should be able to be powered by facility power, be mobile (on casters), and be able to operate in a classroom environment. Modifying the fuel system trainer or having a virtual reality fuel system trainer will have an enormous positive impact on Advanced Skills Training (J4) instructors. Equipment will be easily accessible to classes eliminating many of the hurdles that instructors currently face. Cost savings to the operational B-52 maintenance units would be realized, as a trainer would be used multiple times with no impact to flightline operations, to include sortie generation, exercises, etc. �Safety factors such as jet noise, inclement weather, and other industrial-area factors would be greatly minimized as training objectives would be performed in a completely controlled environment, maximizing student learning as well as minimizing/preventing loss of training. Technical Order ������������������ Equipment T.O. 1B-52H-1 ���������������������� Flight Manual T.O. 1B-52H-2-5GA-1���������� Fuel System, General Aircraft T.O. 1B-52H-2-11GA-1 ������� Instruments T.O. 1B-52H-2-11JG-13������� Flight Instruments, Job Guide, Part XII T.O. 1B-52H-2-5JG-1����������� Fuel System, Job Guide, Part 1 T.O. 1B-52H-2-5JG-11��������� Fuel System Job Guide, Part X T.O. 43E24-5-2-31-6������������� Fuel System Trainer Mobile Training Set, Operating and Maintenance Instructions with Parts Breakdown, B-52-3M T.O. 43E24-5-2-101-7����������� B-52 Fuel System Trainer Mobile Training Set, Operating and Maintenance Instructions with Parts Breakdown, B-52-10, B-52-11 T.O. 43E24-5-2-121-7����������� Fuel System Trainer Mobile Training Set, Operating and Maintenance Instructions with Parts Breakdown, B-52-12 T.O. 43E24-5-2-131-7����������� Fuel System Trainer Mobile Training Set, Operating and Maintenance Instructions with Parts Breakdown, B-52-13, B-52-14 Primary POC for Technical questions regarding this sources sought (including availability of Technical Orders) or Qualification Requirements (if available) is Tinker Public Sales Office, 558cbss.gbhba.psd@tinker.af.mil for Drawings & 420scms.to.sales@tinker.af.mil for TOs. � The POC for acquisition related questions is the Contracting Officer, James Richison, GS-12, AFMC AFLCMC/WWK. Commercial phone number:� 405-739-4492. E-mail:� james.richison.1@us.af.mil B-52 System Program Office POC (Program Manager): �Nauman, Mitchell, AFLCMC/WBDP, e-mail - j.nauman@us.af.mil 405-734-0709 QUESTIONAIRE Respondents should provide a general background on their experience as an integrator on the B-52H airframe and specifically their experience with fabricating Aircrew Training Systems (ATS) or Maintenance Training Devices (MTDs).� The North American Industry Classification System (NAICS) Code is 336413 with a size standard of 1,250 employees.� Interested sources are encouraged to provide answers to the following questions.� Please provide as much detail in your responses as possible. I. COMPANY INFORMATION 1. Company Name: 2. CAGE Code: 3. Address (Including Telephone No. and E-Mail Address): 4. Points of Contact: 5. Size of business pursuant to North American Industry Classification System (NAICS) Code: 336413, size standard 1,250 employees 6. 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) 7. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership)? II. GENERAL COMPANY INFORMATION 1. Describe your company�s primary business product/service line. 2. What kind of facility security clearance does you company maintain? 3. Is your company compliant with Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) controlled information? If so, please provide detailed information. 4. Is your company International Organization for Standardization (ISO) 9001 Quality Management System or SAE AS9100C Certified?� If so, which one and please describe your quality assurance program? 5. Does your company have experience with generating, storing, and submitting all unclassified Contract Data Requirements List (CDRL) and Data Accession List (DAL) items to document contractual tasks? 6. Describe your company�s previous experience provisioning for USAF contracts providing Item Unique Identification (IUID) information, projecting usage rates, and providing Interim Contractor Support (ICS). III. TECHNICAL CAPABILITIES *This RFI is for the upgrade and fabrication of B-52H Fuel System Trainers.� Responses should reflect the prospective company�s ability to perform these tasks. 1. Provide detailed description of your company�s experience with: Upgrading, designing, testing, integrating, qualifying, and documenting Aircrew Training Systems (ATS) or Maintenance Training Devices (MTD) Testing capabilities and facilities that will be used for the upgrade and fabricate the B-52H Fuel System Trainers Developing requirements and specifications for aircraft or training system items Integration of new and existing hardware with B-52H systems Interface Control Drawings (ICD) and Product Drawings Performing Configuration Control and Management for manufactured items Describe your company�s experience with environmental testing (MIL-STD-810G) System Safety Hazard Analysis Report Safety Assessment Report (MIL-STD-882E) Operating and Support Hazard Analysis (O&SHA) (MIL-STD-882E) Health Hazard Analysis (MIL-STD-882E) Formal Qualification Testing Engineering Drawing and configuration management Development of U.S. Air Force or other U.S. Military Technical Order Development Reliability and Maintainability engineering/analysis Familiarity with DoD Risk Management Framework/Cyber Security Program Management Aircraft Maintenance and Operator Training Logistics supportability analysis Supply Chain Risk Management Support formal Air Force Cyber Security Authorization Systems Engineering Selection of subcontractors and subsystem components Maintenance Training Device (MTD) fuel and electrical system design, fabrication, installation, and testing Configuration Management Developing Acceptance Test Procedures Production management and deliveries 2. Provide examples of past performance (Evidence of contracts with similar scope, Evidence of contracts with similar size and complexity, Evidence of contracts with similar geographic coverage, Evidence of customer service and timeliness of services, References and Quality). 3. What experience does your company have with developing and writing technical publications, technical orders and technical drawings?� Include experience with, and development of MTD technical data package. 4. Does your company have experience producing detailed maintenance manuals, schematics, product drawing packages, training program development and management plans, test reports, provisioning data, and other similar type documents for MTD development?�� If you answer affirmatively, please provide a detailed description of the work.� IV. BUSINESS PRACTICES 1. If your solution proposes proprietary data, are you willing to sell all the proprietary data to the Government? 2. What data rights will be granted to the government for hardware products/documentation you produce? 3. If you solution involves software development, is your company's software development process 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. 4. Describe your company�s Earned Value Management (EVM) capability. 5. Does your company have experience with long-term contracts or purchasing agreements?�� If so, what is your longest long-term contract? 6. Does your company offer a standard warranty on your products?� Does it cover parts, labor, and /or technical support?� What is the standard time duration? 7. For this effort, would your company need to subcontract any part of the work?� If so, please provide a detailed response.� Indicate whether the subcontractor will be a small or large business. 8. Provide comment on opportunities for technical and/or cost tradeoffs in this program.� What kind of tradeoff approach does your company recommend? 9. Provide comment on possible contract incentives your company thinks would encourage industry to deliver this program in an accelerated manner and/or at lower cost. 10.� Describe your capabilities and experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis and cost management. 12. Describe your company�s process in identifying Diminishing Manufacturer Sources (DMS) parts and services. 13. Describe your company�s experience in creating, maintaining, and managing an Integrated Master Schedule (IMS).� V. CYBER SECURITY QUESTIONS (if software is applicable to your solution) 1. Describe the processes you have in place that address cyber security (information assurance). 2. What development environment have you used in the past for development of software and testing? Describe type of security tools utilized within the development environment (i.e. Static analysis tools, etc.) What are your external connections to development environment? Please provide detailed information. 3. Does your company have experience in developing software in a secure coding environment accredited by either Defense Security Services (DSS) or the USAF and provide requested artifacts for verification?� If so, please provide detailed information. 4. Does your company have experience with Air Force Instruction (AFI) 17-101 Risk Management Framework (RMF) for Air Force Information Technology (AFIT)?� If so, please provide detailed information. 5. Will your company have the ability to provide artifacts to B-52 Information System Security Manager (ISSM), including test results for penetration testing/fuzzing the system and documents identifying software versions/descriptions?� If so, please provide detailed information. 6. Will your company have the ability to deliver software and software updates incorporating a hashing algorithm to ensure integrity upon delivery to the government?� If so, please provide detailed information. If not, please describe type of security baked into your software supply chain. 7. Will your company have the ability to deliver software and software updates incorporating digital signatures to ensure integrity upon delivery to the government?� If so, please provide detailed information. If not, please describe type of security baked into your software supply chain. VI. INFORMATION ON DRAFT SPECIFICATIONS Please identify any comments or questions for any information that is needed or that requires additional detail and/or clarification. Did your company identify any areas of this RFI that presented excessive cost, schedule, or performance risks?� If so, please provide detailed information and suggested mitigation. VII. CONTRACT TYPE AND COMPETITION AFLCMC B-52 System Program Office (SPO)/WBDP is considering a Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF) or Best Value EMD and Firm Fixed Price (FFP) production/procurement contract types.� Projected Period of performance is 12 to 18 months EMD (Engineering Software Development/Design/Code/Integration) and test/qualification.� The Air Force is also contemplating IAW FAR Part 6.1 Full and Open Competition unless Market Research otherwise determines and exclusion to FAR Part 6.1.� Please provide feedback in regards to NAICS, contract type preference, justification, and period of performance. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This is NOT a formal notice of solicitation.� Telephone or facsimile inquiries and/or responses will not be accepted. POC will post all responses to betaSAM (beta.SAM.gov) in order that all potential sources have the same information available to them. Please email your responses of Section I through VII above to: CONTRACTING OFFICE POC Name:� James Richison Title: �Contracting Officer, B-1/B-52 Branch Address: �AFLCMC/WWK ����������� �� �3001 Staff Dr., Suite 2AG85B ����������� �� �Tinker AFB OK 73145-3015 Phone #:� (405) 739-4492 ��������������������������������������������������������������� Email:� james.richison.1@us.af.mil All offers have 30 days from the date of publication to betaSAM to respond to this Request for Information. ""Notice to Offeror(s)/Supplier(s): �Funds are not available for this effort.� No award will be made under this Sources Sought Synopsis (SSS)/ Request for Information (RFI) Market Survey.� The Government reserves the right to cancel this SSS/RFI, either before or after the closing date.� In the event the Government cancels this SSS/RFI, before or after the closing date, the Government has no obligation to reimburse an Offeror for any costs.""
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dab7acc3d1f84d1ea08dd9a398269a04/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05726831-F 20200722/200720230151 (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.