SOURCES SOUGHT
99 -- Automatic Switching Unit Replacement Program (ASU-R)
- Notice Date
- 4/14/2022 5:52:32 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8214 AFNWC PZBB HILL AFB UT 84056-5837 USA
- ZIP Code
- 84056-5837
- Solicitation Number
- AFNWC
- Response Due
- 5/13/2022 3:00:00 PM
- Point of Contact
- Austin Pastrana, Phone: 801-586-6552, Dan Scheer, Phone: 801-809-6606
- E-Mail Address
-
austin.pastrana@us.af.mil, dan.scheer@us.af.mil
(austin.pastrana@us.af.mil, dan.scheer@us.af.mil)
- Description
- NOTICE:� This is not a solicitation but rather a Sources Sought to determine potential sources for information and planning purposes only. The purpose of this Sources Sought 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�541330.� As applicable, the contractor shall ensure that all applicable Commercial-Off-The-Shelf (COTS) IA and IA- enabled products comply with AFI 33-200, Information Assurance. Some of these products must be Committee on National Security Systems Policy 11 (CNSSP-11) compliant, requiring them to be validated by accredited labs under the National Information Assurance Partnership (NIAP) Common Criteria Evaluation and Validation Scheme or National Institute of Standards and Technology (NIST) Federal Information Processing Standards (FIPS) Cryptographic Module Validation Program (CMVP) as identified in the sections below. 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.� 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.� Program Details: Air Force Nuclear Weapons Center (AFNCW) has a requirement for the following: Design Solution: For equipment currently installed at the Hill Air Force Base (AFB) System Missile Integration Complex (SMIC) Installation�and Testing: For solution in the SMIC Tech Data Package: Complete Data package for the Design Solution above (Gov. to retain full rights) User Level Training: Complete training suite for system at SMIC Random sample hardness testing: To be conducted through program lifecycle The primary components making up the backup Transfer Power System (TPS) will be as follows: Commercial Off The Shelf (COTS) in accordance with FAR 2.101 (b) (1)(2)(3)(4)(5)(6) or Commercial Off The Shelf (COTS), IAW, FAR ""Commercially available off-the-shelf (COTS) item"" 2.101 (b)(1)(2) Automatic Transfer Switch�(ATS)�(replaces the current Automatic Switching Unit (ASU) and Minuteman III Power Processor (MPP). Made by ASCO Diesel Electrical Unit (DEU)�Made by Cummins Fuel Day Tank�Made by Simplex Scope This SOW defines the services required to meet the deficiencies identified in the ASU-R program, and the deliverables essential for Production and Deployment (P&D) phase to include all required testing and training. The P&D phase follows the successful completion of Milestone C decision. The Air Force Nuclear Weapon Center (AFNWC) ICBM Systems Directorate (MMIII SD) at Hill Air Force Base (AFB), Utah provides the systems engineering and management of the ASU-R program.� The Air Force Global Strike Command (AFGSC) operates the facilities which will receive the equipment provided by this program. Background The MMIII ASUs and Minuteman Power Processors (MPPs) currently in operation at active wing Launch Facilities (LFs) and Missile Alert Facilities (MAFs) require replacement. The ASUs and MPPs function to provide electrical standby power source transfer capability between the �normal� commercial utility source and the standby Diesel Electric Unit (DEU). The ASU provides power source switching and generator relay control functions, while the MPP monitors and controls the ASU. The existing ASUs and MPPs are aging and no longer supportable. A modern Automatic Transfer Switch (ATS) will replace both the ASU and MPP, and combine them into one supportable unit. The ASU-R Program is intended to replace legacy hardware that has faced obsolescence with a Commercial-Off-The-Shelf (COTS) solution to provide a smaller logistical footprint and increased reliability. The new DEU is also a COTS solution providing the latest and most reliable diesel electric power generation. The EMD phase (as well as the follow-on SMIC TO contract) produced the engineering documentation required for the P&D phase, including equipment specifications, drawings, computer models, interface drawings, demolition and installation drawings, and Technical Orders (TO).� In addition, the new equipment was installed at the Strategic Missile Integration Complex (SMIC) in order to facilitate further evaluation and testing. As a result of the SMIC Physical Configuration Audit (PCA), some additional testing was conducted along with a System Requirement Document review.� The result of the testing and reviews identified significant missed requirements after the ASU-R EMD phase to be addressed with possible re-design, prior to Production and Deployment (P&D). The EMD phase as well as the follow-on SMIC TO contract produced the engineering documentation required for the P&D phase, including equipment specifications, drawings, computer models, interface drawings, demolition and installation drawings, Civil Engineering Manuals (CEM) and TOs.� The Government intends to furnish this documentation to the Contractor at the start of the P&D program phase. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice 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.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating as applicable: examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. The solution must be a commercial product. Respondents are further 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), and any related specifications/drawings. Responses may be submitted electronically to the following e-mail address:�christopher.walker.99@us.af.mil Section I: Relevant Experience �This Sources Sought Synopsys is also being used to help the government fully identify the scope of this requirement. Please include in your response answers to the following: Describe your firm�s experience in designing and producing backup Transfer Power Systems (TSP).� What is your experience in working with testing systems during, and after installing equipment backup TPS�s?� Describe your experience installing, maintaining, and testing equipment in extreme weather conditions at remote locations.� Please describe your experience relative to engineering, maintaining, troubleshooting and integrating complex systems / Federal, State, and Local Government approved subsystems.� Please describe your experience relative to engineering, maintaining, troubleshooting and integrating mobile backup power transfer systems / Federal, State, and Local Government approved subsystems. If you plan to subcontract, what percentage and portion of the SOW will you subcontract and with whom? What experience does your company have with the following: generating, editing, reviewing, maintaining, and validating Drawings, Process Orders (PO�s), Operating Instructions (OI�s), Technical Orders (TO�s) and Time Compliance Technical Orders (TCTO�s)?� Does the intention of the SOW make sense?� If given the opportunity to respond to a Request for Proposal (RFP), would your firm respond? Section II: Technical Capability Describe your ability to manage sub-contractors, in terms of schedule, budget, and technical performance. What access do you have to government shared databases or how would you recommend to report and provide system data on a regular basis to the program office? What contract type would you think is appropriate for this the ASU-R program effort based on the requirements mentioned in the SOW? (Section 3 Requirements) What timeframe do you estimate your firm could complete the work described in the SOW? What potential risks do you see in terms of cost, schedule, and performance? For the potential risks mentioned above, how would you eliminate or mitigate those risks identified? Explain your ability to update information (e.g. Engineering Orders, Engineering Change Notices, and Engineering Change Orders) Finally, provide any recommendations, questions and/or concerns in regards to the Draft TRD and the Draft SOW. (Pages; use attached Comment Resolution Matrix)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4767cfb2d105434dbea46a1af50c0742/view)
- Record
- SN06298970-F 20220416/220414234153 (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 |