Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 18, 2021 SAM #7200
SOLICITATION NOTICE

10 -- Miniature Air Launched Decoy (MALD) Engineering Services

Notice Date
8/16/2021 1:05:48 PM
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8520 ALFCMC EBRK ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8520MALD
 
Response Due
8/16/2021 2:00:00 PM
 
Archive Date
08/31/2021
 
Point of Contact
Marwa Fuller, Phone: 4783279537, Jerry Brown, Phone: 4783273042
 
E-Mail Address
Marwa.Fuller@us.af.mil, jerry.brown.14@us.af.mil
(Marwa.Fuller@us.af.mil, jerry.brown.14@us.af.mil)
 
Description
Request for Information (RFI) Miniature Air Launched Decoy (MALD) Engineering Services 16 August 2021 CAUTION: The Government is conducting market research to identify potential small business sources that possess the manufacturing data, expertise, capabilities, and experience to meet qualification requirements for MALD Engineering Services. The level of security clearance and amount of foreign participation in this requirement has not been determined. MALD is a military application only and a commercial equivalents do not exist. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. INSTRUCTIONS: The document(s) below contain a description of the MALD Engineering Service requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company�s capability. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) This Market Research/Survey will be targeted for small business. Questions relative to this market survey should be addressed to the PCO. Please fill out both Part I and II. PURPOSE/DESCRIPTION The primary objective of this task is to provide engineering services for MALD, including related testers, test sets and associated equipment in order to maintain and improve weapon system reliability, maintainability, and supportability. At the request of the MALD System Program Office (SPO) the contractor shall perform tasks related to armament reliability. Efforts shall include the following performance requirements: Performance Requirements MALD Operational Flight Software (OFS) Support:� The Contractor shall provide engineering services and documentation review of software requirements and deficiencies reported from the field or test event driven.� The Contractor shall be or become knowledgeable of SW issues and the technical problems the present to the MALD.� The Contractor shall provide project management support and oversight of OEM development and testing of OFS, including travel and event oversight at the Guided Weapons Evaluation Facility (GWEF).� The Contractor shall maintain status of the Software Change Requests (SCR) currently being worked by OEM and provide this information when requested.� The Contractor shall conduct MALD User Requirement Working Groups (MURWG) with MALD Users to prioritize the rank and desirability of the SCRs to be worked.� The Contractor shall provide oversight for the fielding of OFS when necessary, including contributing to Time Compliance Technical Order (TCTO), and uploading of the OFS to the Enhanced Technical Information Management System (ETIMS).� The Contractor shall support the CMBRE SLEP requirements development, CDRL deliveries and SW development.� SCR status will be provided to the government at the end of each month in the Monthly Status Report. (CDRL A001 Monthly Status Report) MALD Common Component (MALD CC) Support:� The Contractor shall provide engineering services and program management to the development of MALD CC software.� The Contractor shall engage with 589 SWES software developers weekly on project related activities, including disposition and update of software Deficiency Report DR status and to prioritize and triage DRs.� The Contractor shall update the CDE Dashboard on a regular basis, including documenting software loads in JAMA and inputting program update into JIRA and Confluence.� The Contractor shall host and facilitate bi-weekly MALD CC IPT meeting with Developers, testers, users and MAJCOM representative.� The IPT meetings will review project efforts and status of software design efforts and backlog of DRs.� The Contractor shall provide engineering support for open DRs to MAJCOM for Rank and Desirability (R&D) disposition.� The Contractor shall support Semi-Annual Developmental Evaluation at Eglin to coordinate appropriate Software architecture for the JMPS environment.� The Contractor shall support the Baseline Update Evaluation (BUE) twice a year, to ensure the MALD CC is able to operate in the JMPS environment and communicate with all of the other CCs, Services, Environments and Tools. 4.1.3.3 MALD CC Coordination:� The Contractor shall coordinate the development of the MALD CC with the various groups that connect with MALD CC on JMPS and the Enterprise process devisions.� The Contractor shall support Joint Combined Boards (JCB) reviews weekly each Tuesday including reviewing DRs that are documented appropriately with R&D.� The Contractor shall attend and participate in monthly ICWGs for Mission Planning Enterprise and review ICD changes that impact the program.� The Contractor shall support semi-annual Bomber Sofware Integration Technical Interchange Meetings (TIM) to provide program status and design activities of MALD CC and analyze and review program impact from new requirements and coordinate SW updates with B-52 JMPS environment.� The Contractor shall participate in quarterly JMPS Release Planning Meeting (JRPM) with JMPS community to provide program status and discuss SW schema requirements and changes.� The Contractor shall participate in bi-weekly EW Coordination meeting with JMPS Enterprise, CAF (JMPS GDS) Meetings. 4.1.3.4 MALD OSS&E Support:� The Contractor shall support the Operational Safety, Suitability and Effectiveness of the MALD System Program Office.� The Contractor shall support weekly technical team meetings with MALD IPT and provide accomplishment for the week and status of open/current projects.� The Contractor shall participate in Weekly Customer Engagement (WCE) telecoms with Raytheon (OEM) to review program management, engineering, operations and supply chain status and provide technical feedback of program activities to the MALD Integrated Product Team (IPT).� The Contractor shall support the review of the Rolling Action Item List (RAIL) in conjuction with the WCE for engineering action to provide technical comments to IPT and create and track RAIL items.� The Contractor shall participate in weekly tag up meetings with Raytheon�s engineering lead on Contractor Logistics Support (CLS) topics.� MALD Lab Support: The Contractor shall provide engineering and technical support for the MALD Lab development, setup, and operations.� The Contractor shall work with the MALD IPT and 579th to provide engineering support for the procurement of the appropriate equipment to test and evaluate the MALD systems.� The Contractor shall participate in weekly lab discussions with the 579 SWES to review design progress of lab station and audit and survey lab equipment purchases.� The Contractor shall analyze hardware configurations and identify potential requirements.� The Contractor shall provide a Test Report and Lab Flow Scheme to AFLCMC/EBWEM.� (CDRL A002 Scientific and Technical Reports) MALD Mission Data (MD) Development:� The Contractor shall support the MALD IPT by maintaining technical expertise in MALD MD Development.� The Contractor shall travel and participate in the semi-annual Electronic Warfare Working Group (EWWG).� The Contractor shall coordinate with EMS program management on scheduling side bars and briefings and support classified discussions with MAJCOM, Users and other Mission Planning programs. MALD Weapon System Evaluation Program (WSEP) Support:� Contractor shall be the MALD SPO focal point for all Combat Weapons System Evaluation Program (WSEP) activities; providing engineering guidance to industry partners and field support units. MALD Data/System Management Support: Contractor shall develop and update various program plans including LCSP, PPP, and Risk Management Plan. Contractor shall complete various Self-Assessment checklists within MICT. Contractor shall update Contractor Possessed Munitions module within GACP website on a monthly basis to account for all GFM stored at various contractor facilities. Contractor shall update ITV (In Transit Visibility) module on GACP website on monthly basis to account for all in transit classified assets. Contractor shall monitor FIAR compliance issues Program Activities Support:� The Contractor shall participate in working groups, technical reviews, and other group activities, such as test plan working groups (TPWGs), program management reviews (PMRs), preliminary design reviews (PDR), critical design reviews (CDRs), and SEAD Meetings.� This support shall include attending program meetings and making recommendations on technical and functional process matters and decisions.� The Contractor shall prepare and present technical status briefings documenting progress, accomplishments, and problem areas affecting defined task areas. The contractor shall assist in developing spend plans, initiating PRs/MIPRs and all associated attachments in order to execute funds within CCARs/ABSS, creating/updating CCAR records, developing Should Cost Initiatives, briefs obligation status to Branch/Division Chief on a monthly basis. Monthly Status Report:� The Contractor shall submit a monthly status report that includes a summary of all tasks accomplished during the monthly reporting period.� The report shall be formatted to cover each task described in paragraphs 3.1 through 3.12.� The monthly report shall also include a table showing monthly funding expenditures and the remaining balances on each line item. (CDRL A001 Monthly Status Report) Management of Contractor Personnel:� The Contractor shall select, retain, and/or replace their personnel if/when necessary and ensure necessary coverage for all tasks.� The Contractor shall provide qualified personnel within ten (10) work days from a Government request for same, 95% of the time; and within fifteen (15) work days, the other 5% of the time. The Contractor shall ensure Contractor personnel are available, at a minimum, 120 hours per month. Task Management Description: The Contractor shall provide a single project manager with authority and responsibility for this task.� The single project manager shall be responsible for coordinating all pricing estimates, work requests, taskings, and project tracking metrics. This single project manager shall maintain an integrated master schedule (IMS) covering all major milestones, events and deliveries for each task under this contract. An updated IMS shall be delivered each month with the monthly status report unless requested otherwise by the technical lead. New tasks must be incorporated into the IMS delivered with the first monthly report for first full month after the task is awarded. The contractor shall be responsible for all engineering and logistics efforts required to complete this task. Data Rights: The Contractor shall not mark briefings, reports, drawings, technical data, non-commercial computer software and non-commercial computer software documentation, or other types of data, to include contract deliverables, with trade secret markings, proprietary markings, or any other markings that would violate DFARS 252.227-7013(f), DFARS 252.227- 7014(f), or DFARS 227.7103-9. Deliveries of data, documentation, computer software and computer software documentation with restrictive markings prohibited by this PWS will be rejected on delivery, and the delivery will be counted as not occurring. The Government shall have unlimited non-exclusive rights in, and the contractor shall deliver all CDRLs, hardware, technical data, computer software, and computer software documentation developed under any previous Government contract exclusively with Government funds which are necessary to fulfill the requirements of this contract. The following describes the three possible rights the Government may request. CONTRACTOR CAPABILITY SURVEY MALD Engineering Services Part I.� 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: 541330 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) Large Business����������������������������������������������� (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Email responses must be received no later than close of business 30 August�2021. Please email your response to: Marwa Fuller (marwa.fuller@us.af.mil) and Cc Jerry Brown (jerry.brown.14@us.af.mil) NOTE: Ensure data is in a readable electronic format. Ensure electronic data can be received through a firewall.� Please ensure that your email is received.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/29af1c9531a4446db8419f7c9fae39bb/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06098277-F 20210818/210816230116 (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.