Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2022 SAM #7392
SOURCES SOUGHT

R -- A-10C Contractor Field Teams Modification Installations

Notice Date
2/23/2022 3:24:07 PM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
FA8202 AFLCMC WWAK HILL AFB UT 84056-5820 USA
 
ZIP Code
84056-5820
 
Solicitation Number
FA8202-22-R-1001
 
Response Due
3/28/2022 4:00:00 AM
 
Point of Contact
Stephanie Martin, Phone: 801-775-4694, Jed Noorda, Phone: 801-775-4694
 
E-Mail Address
Stephanie.martin.24@us.af.mil, jed.noorda@us.af.mil
(Stephanie.martin.24@us.af.mil, jed.noorda@us.af.mil)
 
Description
Request for Information- A-10C Installations and Modifications by Contractor Field Teams(CFT) OVERVIEW: THIS IS A REQUEST FOR INFORMATION ONLY. The A-10 System Program Office has a potential requirement for a service provider to provide CFTs who are able to complete several modifications and installations into the A-10 aircraft. CFTs should be familiar with the installation/modifications for military avionic modifications (for example: On Board Oxygen Generation System (OBOGS), Second Gigabyte Ethernet Switch (2nd GES), 3-Dimensional Audio (3D-Audio), High Resolution Display System (HRDS), and numerous other field level Time Compliance Technical Orders (TCTO)). The purpose of this Request for Information is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside.� The proposed North American Industry Classification Systems (NAICS) Code is 541990 All Other Professional, Scientific, and Technical Services, however industry inputs on the proposed NAICS code as part of your response are welcome. The A-10 SPO 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.� If applicable, 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 purpose of the CFT is to provide supplemental on-site Organization, Intermediate, and Depot level maintenance support for modification, maintenance, inspections, and repair of various aircraft, missiles, ground support equipment and vehicles on-site at operational government locations worldwide. The aim of this CFT effort is to reduce downtime by synergizing multiple TCTO installs at a time. �This effort also includes the modification, maintenance, inspection, and repair of associated support equipment for any Federal Agency customer locations both in the Continental United States (CONUS), and Outside the Continental United States (OCONUS). All weapon systems supported under this contract will be non-commercial and will be provided with Government owned technical data. The anticipated period of performance (PoP) for this requirement will be a 12-month basic PoP, and will include multiple options years. CFTs will be required until the Air Force is able to stand up its organic Depot Field Team (DFT) capability. These requirements will not be personal services. BACKGROUND The A-10C is installing several programs with interdependencies. Second Gigabyte Ethernet Switch (2nd GES) is being installed onto the A-10C to enhance future capabilities of the aircraft.� While installing the 2nd GES obsolete wiring will be removed to ensure 2nd GES and future electronic heavy programs have room through clamp, fairleads and bulkhead feedthroughs. 3DA is meant to provide much needed spatial separation of multiple audio sources the war fighter is using for mission effectiveness and situational awareness capability. The installation of the HRDS modification will modernize the A-10 cockpit, function as a Primary Flight Display and provide high resolution video from the Advanced Targeting PODS. OBOGS installation provides an unlimited supply of breathing oxygen to pilots, enhancing mission safety and reliability, while requiring less maintenance over legacy systems. ARC-210 installs are broken into three separate increments. Increment 1 installs two ARC-210 Gen 6 radios and one Gen 6 RCU to replace the ARC-210 Gen 4 radios and RCU. For jets that do not have dual ARC-210 Gen 4 radios there is a pre-requisite TCTO-526 install required to be accomplished prior to installing the Gen 6 radios. Increment 2 replaces the ARC-164 with the ARC-210 Gen 4 radio in the third radio position. Increment 2 will also install Ethernet wiring for the ARC-210 Gen 6 radios as well. Increment 3 replaces the High Powered Amplifier / Low Noise Amplifier (HPA/LNA) with a MUOS capable HPA/LNA. To successfully complete this requirement the contractor will be required to : Ensure that aircraft has minimum downtime with installations Optimize and delineate installations and modifications. Work with production teams on individual CFT efforts for each program and also Provide transition training and services in 2 years once DFT is stood up for the A-10 Contractor team shall provide supervision, Composite Tool Kits (CTKs), hot air soldering equipment, and wire crimping/back shell kits (i.e. Daniels kits) required for the installations. CTKs shall contain positive tool accountability and security provisions. Contractor team shall provide applicable consumable items required for the installations (e.g. copper tape, clear tape, razor blades, safety wire, tie string, etc.). CFTs shall provide inspections and contingency support for all installations. Installations will be performed in CONUS and OCONUS Provide multiple install teams Travel to multiple A-10 locations to complete modifications Troubleshoot and repair any failed install The Air Force (host unit) will provide: Host unit will provide secure overnight storage for contractor equipment Hazardous materials (B � sealant, primer, paint, edge sealer, etc.) Applicable Government programs will provide any specialized Government Furnished Equipment (GFE) required accomplish maintenance on site at operational bases. Any information submitted by respondents to this RFI is voluntary. This RFI is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating as applicable that is a maximum of 5 EA 8�x11� pages. Respondents are required to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort.� Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable). Response may be submitted electronically to the following e-mail address: stephanie.martin.24@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/24eaf60205204646ab53be2138d33798/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN06249620-F 20220225/220223230108 (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.