SOURCES SOUGHT
15 -- Contemplated Indefinite Delivery Indefinite Quantity (IDIQ) contract for the flexible acquisition and sustainment of the B-2 weapon systems.
- Notice Date
- 6/3/2022 8:23:13 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- FA8616 AFLCMC WWZK WRIGHT PATTERSON AFB OH 45433-7148 USA
- ZIP Code
- 45433-7148
- Solicitation Number
- FA8616-22-R-8080
- Response Due
- 6/20/2022 2:00:00 PM
- Point of Contact
- Scott Ashelman
- E-Mail Address
-
scott.ashelman@us.af.mil
(scott.ashelman@us.af.mil)
- Description
- The Air Force Life Cycle Management Center contemplates awarding an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the flexible acquisition and sustainment of the B-2 weapon systems.� This effort includes assuming platform integration responsibility for the current B-2 weapon system baseline and will include future enhancements, modifications, or improvements.� The flexible acquisition and sustainment of the B-2 weapon system will contain multiple contract types at the contract line item level (e.g., firm fixed-price, cost-plus incentive fee, cost-plus fixed fee, time and material) to accommodate a wide range of potential tasks.� Contract efforts are subject to FAR 52.232-18 Availability of Funds.� Contract(s) may include level of effort and discrete tasks for sustainment of the existing aircraft configuration, as well as planning, development, test, qualifications, integration, production, installation, fielding, and sustainment of B-2 current, new, or upgraded capabilities.� Sustainment activities for existing capability will include analysis, planning, and execution of Programmed Depot Maintenance (PDM); product support, software maintenance; interim contract support, as required; Contract Depot Maintenance; Technical Order development/publication/maintenance; Contractor Integrated Technical Information Services (CITIS); configuration and data management; and spares and support equipment procurement and sustainment.� B-2 acquisition and sustainment support requires robust expertise in multiple functional areas including systems engineering, program management, contracting, pricing, financial management, subcontract management, and facilities management.� Core technical engineering disciplines requiring robust competency include electrical systems; flight systems; information assurance; cybersecurity; material sciences survivability/vulnerability; nuclear certification/hardness and nuclear surety; software; avionics; communications/airborne networking; operational safety, suitability, and effectiveness; systems; structures; and aerospace.� In addition, the ability to implement Defense Department processes for major defense contractors, e.g., earned value management and program reporting are also required.� Sufficient capability must exist to perform PDM planning for the fleet of 20 aircraft.� PDM planning activities including provisions for manpower, equipment, facilities, business support systems, security, materiel, support infrastructure, induction/delivery scheduled, test requirements, ROMs for labor and materiel impacts, and drop-in aircraft maintenance plans.� Provide contractor repair on programmed and known/unknown non-programmed B-2 weapon system items identified for repair/modification.� Product support requires the contractor to identify, evaluate, and recommend solutions to resolve B-2 weapon system hardware and software technical and supportability anomalies, deficiencies, and problems.� Integrate hardware modifications with software and testing to verify adequate proposed engineering problem solutions.� Provide software support efforts required to analyze software change requests, software anomalies, software changes, and deficiencies and anomalies identified in the field.� Software changes include requirements development, design, code, test and integration, administrative support, flight test interfacing, firmware manufacturing, and retrofit processes.� Efforts for mission planning systems, B-2 training systems, and other mission essential ground equipment include identifying and evaluating impact to those systems resulting from air vehicle/field anomalies, aircraft integrations/modifications, and software changes.� Develop and maintain B-2 systems related technical orders, as required.� Provide maintenance of CITIS for Government to access all B-2 aircraft flexible acquisition and sustainment requirements or improvements to be acquired.� The AFLCMC B-2 System Program Office is surveying the market to determine if any sources are qualified to perform all of the aforementioned requirements for this contract.� Qualified sources must have an in-depth knowledge of the B-2 aircraft design and have the existing capability to perform all of the statement requirements commencing 1 May 2024.� Interested sources must submit the following information for Government evaluation:� (a) Description of existing weapon system experience relative to flexible acquisition and sustainment support activities to include an outline of previous work performed; (b) Description of capability to design, develop, integrate, fabricate, test, install, and support improvements to weapon systems.� This description shall include the contractor�s capability to provide for the security of classified and unclassified hardware/software and shortage/handling of documentation up to the TOP SECRET SPECIAL ACCESS REQUIRED (SAR) level.� Minimum personnel security clearance requirements for this effort are SECRET; (c) Organizational structure, with emphasis on how this program fits into the company�s overall weapon system acquisition and sustainment processes; (d) Information on existing laboratory, test, and production facilities needed to accomplish these requirements including TEMPEST facilities needed to develop and test hardware and software; (e) Any deficiencies in capabilities, a proposed fix to those deficiencies, and a timeline for completion of deficiencies before 1 May 2024; (f) If subcontractors are utilized, similar information as requested above for the prime contractor is required for each identified subcontractor.� The capabilities package should be concise and clearly demonstrate an ability to meet the statement requirements; packages should be no more than 15 pages (single-spaced, 12 pt, Times New Roman).� Charts, graphs, photos aren�t included in the page count.� Recent and relevant experience in all areas should be provided.� Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.� Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), women-owned small business (WOSB), 8(a) certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone).� The National American Industry Classification System (NAIS) code for this action is 541330, Engineering Services:� Military and Aerospace Equipment and Military Weapons.� Interest sources shall include their company size and CAGE code in the information provided.� All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.� Interested firms should submit sufficient information which will permit evaluation of technical capabilities within 15 calendar days from the date of this announcement.� Electronic submission should be in a Microsoft Office 2016 compatible format and should be sent to Scott Ashelman at scott.ashelman@us.af.mil.� An Ombudsman has been established for this acquisition.� The only purpose of the Ombudsman is to receive and communicate serious concerns from the potential Offerors when an Offeror prefers not to use established channels to communicate his/her concerns during the proposal development stage of this acquisition.� Potential Offerors should use established channels to request information, pose questions, and voice concerns before resorting to the use of the Ombudsman, Col Sean Tucker; Deputy Director, Acquisition Excellence & Program Execution Directorate; AFLCMC/AQ-AQ at AFLCMC/AQ_AZ Workflow (Acquisition Excellence), ASCA@us.af.mil.� Routine communication concerning this acquisition should be directed to Scott Ashelman at scott.ashelman@us.af.mil.���
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1753f02ac71f455ca6996dd2296204b4/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06347653-F 20220605/220603230101 (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 |