Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 17, 2020 SAM #6958
SOURCES SOUGHT

69 -- E-4B Mission System Trainer

Notice Date
12/15/2020 8:24:40 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8106 AFLCMC WLK TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FA8134-21-R-xMST
 
Response Due
1/15/2021 2:30:00 PM
 
Archive Date
01/30/2021
 
Point of Contact
Amanda Jones, Phone: 714-343-7808, Phaedra Prather
 
E-Mail Address
amanda.jones.39@us.af.mil, phaedra.prather@us.af.mil
(amanda.jones.39@us.af.mil, phaedra.prather@us.af.mil)
 
Description
E-4B Mission System Trainers Source Sought Synopsis THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.� REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.� INTERESTED SOURCES MUST SELECT �ADD ME TO INTERESTED VENDORS� BUTTON ABOVE OR BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT BY THE �CLOSING DATE� IN THIS NOTICE. Questions relative to this market survey should be addressed to Amanda Jones, E-4B Contracting Officer, at amanda.jones.39@us.af.mil. The work specified in this SSS does NOT have any associated technical data available for distribution.� Potential sources should only submit questions regarding this post to the above email addresses.� DO NOT CONTACT THE ORIGINATOR OF THIS POST WITH QUESTIONS. Market Research thus far has indicated that the Government�s need cannot be met by a type of commercial item or service customarily available in the marketplace; therefore, the Government does not intend to use FAR Part 12 procedures. PURPOSE This Sources Sought Synopsis (SSS) and Request for Information (RFI) is in support of Market Research being conducted by the United States Air Force (USAF) to identify potential sources for the E-4B Mission Systems Trainer and to determine if this effort can be competitive or a Small Business Set-Aside. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. 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/ institution. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. The information provided in this notice is based on current information available to date. This information is subject to change and is not binding to the Government. Any updated information will be provided in future announcements, if applicable, and posted electronically on Beta Sam (https://beta.sam.gov). Contractors not responding to this SSS will not be precluded from participation in any future solicitations, if issued. The Government anticipates an Indefinite-Delivery- Requirements Contract. The Requirements Contract would require emulating systems that would represent aircraft consoles for specific mission systems on the E-4B aircraft. Orders are anticipated to include design engineering, manufacturing/procurement, testing, documenting, delivery, and installation of trainer emulators for each of the mission systems that are integrated into the aircraft Message Processing System (MPS); and on-going sustainment of those systems to include regular updates as the MPS is updated. Once a trainer system is delivered, it is anticipated annual sustainment will also be required with options for continued service for up to ten years from the start of the Requirements Contract. The overall contract period to include first order, and all sustainment options, could extend up to ten years and six months with the inclusion of FAR 52.217-8 Option to Extend Services by a period not to exceed six months from expiration of the basic period or latest exercised option period.� The Government requests industry input on proposed contract type and overall contract period.� A DD 2345 is required to obtain a description addendum that will include a list of the E-4B mission systems that require a trainer. The DD 2345 should be sent via email to the emails listed. The Government will then check the site to verify it is an authorized form before the Government will release the addendum.�The ""search"" feature on the Defense Logistics Agency (DLA) Joint Certification Program (JCP) at https://public.logisticsinformationservice.dla.mil/jcp/search.aspx can be searched by entity CAGE code for certification status. The proposed North American Industry Classification System (NAICS) Code: 541330 (exception 1) Engineering Services which has a corresponding SBA Size Standard: $41.5 Million, Engineering Services, Military and Aerospace Equipment and Military Weapons (19 Aug 19). The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all businesses to include, Small Businesses, Small Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses. The Government requests that interested parties respond to this notice, if applicable, and identify your small business status to the identified NAICS code.� ESTIMATED SOLICITATION INFORMATION Estimated Solicitation Date:� 2021 Estimated Solicitation Closing/Response Date: TBD PR#:� TBD BUSINESS INFORMATION Please provide the following business information for your company/institution and for any teaming or joint venture partners: ����� Company/Institute Name: ����� Address: ����� Point of Contact: ����� CAGE Code: �Phone Number: �E-mail Address: �Web Page URL: ����� Size of business pursuant to North American Industry Classification System (NAICS) Code:� 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)������� Also provide a statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Is your company interested in possible subcontracting opportunities?� If so please describe in detail what part or parts of this requirement that your company capable or interested in performing. Capability Survey Questions Below is a description of the E-4B Mission Systems Trainer requirement and a Contractor Capability Survey. This survey provides the government the opportunity to review your company�s capability to design, develop, code, fabricate, and sustain a training system that emulates several mission critical systems in support of the E-4B Mission System Trainer program. After reviewing these documents, if you desire to participate in the market research, you should provide documentation that supports your company�s capabilities in meeting these requirements. REQUIREMENT: The E-4B Mission System Trainers will facilitate training of the systems for mission crew familiarization, operations and procedural scenarios, and maintenance troubleshooting and repairs. The trainers will allow for the development and execution of operational scenarios with the ability to assess individual responses and promote crew interaction through simulated operations. The trainers will provide the ability to demonstrate normal and degraded operations through instructor generated fault insertion and mission events. The trainer will be agile in order to stay current with the mission systems configurations and operations as they are updated on aircraft. Contractors interested in responding may submit a capability statement to include the following information and/or documentation that demonstrates technical capability. These areas are considered critical for achieving successful technical performance. 1. To be considered a viable source, contractors are required to have proprietary information agreements with the Crescent System, Inc., (CSI) to include use of the Multi-Channel Communication Interface (MICCI IO) interface card and proprietary software to interface to the hardware within the In/Out Processor (IOP), or have the ability to obtain this. Please provide a copy of a licensing agreement or other confirmation of your companies/institutions ability to obtain this type of agreement that will provide access to MICCI IO interface card and data associated. 2. To be considered a viable source, contractors are required to have in-depth knowledge of the E-4B (B747-200) and its unique mission systems. Please provide a statement about this experience with adequate documentation to include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager email address and/or phone number). 3. Does your company/ institution have employees with a Top Secret/Secure Compartmentalized Information Clearance or is capable of obtaining this clearance? 4. Contractors must possess the technical expertise, financial capability, equipment and infrastructure, and personnel resources that are required to design, develop, install, and sustain E-4B Mission System Trainers. Please provide a statement to show this capability. 5. Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide.�� 6. Describe your capability and experiences in the manufacturing/fabrication of components for emulators. Please submit information to the requiring activities� email addresses listed on page one, include phone number; and it must be received no later than the closing date at the close of business.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cb4b41e94e624316971ec3748af42acc/view)
 
Place of Performance
Address: Offutt AFB, NE 68113, USA
Zip Code: 68113
Country: USA
 
Record
SN05874814-F 20201217/201215230145 (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.