Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 23, 2022 SAM #7602
SOURCES SOUGHT

99 -- Crew Communications

Notice Date
9/21/2022 6:19:26 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8527 AFLCMC HBKB ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8527-18-D-0003
 
Response Due
9/28/2022 1:00:00 PM
 
Archive Date
09/29/2022
 
Point of Contact
Ivan M. Jones, Phone: 4783279876, Veronica Henderson
 
E-Mail Address
ivan.jones.2@us.af.mil, veronica.henderson.1@us.af.mil
(ivan.jones.2@us.af.mil, veronica.henderson.1@us.af.mil)
 
Description
Crew Communications (Crew Comm) is a secure, Protection Level 4 (PL4) system, accredited by the Defense Intelligence Agency (DIA) In Accordance With (IAW) the Director of Central Intelligence Directive (DCID) 6/3 and DCID 6/9 for a Voice Over Internet Protocol (VOIP) system that enables voice communications throughout the DCGS enterprise. If a PL4 systems is compromised, it would adversely affect the operational capability of the AF.� Although DCGS utilizes primarily COTS Hardware (HW) and some SW, the way the vendor HW and Original Equipment Manufacturer (OEM) Custom Design SW are integrated to accomplish the DCGS mission is highly classified. In addition, there are no critical and long lead schedule items to consider since most obsolescence upgrades are accomplished with COTS equipment/HW. The incumbent sole source contractor, Raytheon Technologies (RTX), Dulles VA 20166, provides critical sustainment support and services to keep the Distributed Common Ground System (DCGS) available and operational.� DCGS is used for the collection and correlation of data, collaboration of signals of interest from airborne, ground, and other systems to provide near real time actionable intelligence to the DCGS analysts.� The specific DCGS subsystems to be supported is the Crew Comm, as well as required support equipment and related products.� This can include procurement of Commercial-Off-The-Shelf (COTS) equipment and systems for existing and possible future sites required to meet and support Air Force (AF) Active Duty (AD) and Air National Guard (ANG) missions.� This effort also provides for sustainment of current and new equipment/systems deployed at all DCGS locations.� In addition, continued development of capabilities and modifications/upgrades of the fielded equipment/systems will be necessary to meet changing mission requirements.� The Contractor shall, as required by the Government through individual task orders, provide Program Management, Administrative Support, Budget Analysis and Budgetary Cost Information, Supply Chain Management, Asset Management, Quality Assurance, Sustainment Engineering Services, Technical Data and Configuration Management in support of sustaining Crew Communications and other associated DCGS systems to meet mission requirements. The Contractor shall provide support and administrative services for, Crew Communications and other associated systems as directed by the Government to meet mission requirements.� This support shall include the following: � Provide investigation, analysis, evaluation, testing, and solutions for problems identified by the field and in-plant personnel. Problems resulting from material deficiency reports, design deficiencies, quality assurance deficiencies, vanishing vendor items (VVI), failures, and malfunction of material or components.� The Contractor shall provide solutions that can be merged and fielded with no additional rework following fielding unless authorized by the Government for an interim solution. Diagnostic routines to determine system readiness and locate fault conditions. Evaluation and analysis of any data collected relating to field operations. Develop requirements including, in addition to the development of Waterfall requirements, developed other requirements, such as, but not limited to, Epics and User Stories for system improvements. Furnish technical cost data and support required for the development of Task Orders or Task Descriptions covered by applicable performance work statement from the government. � Provide engineering and technical services in support of Engineering Change Proposal (ECP) and Task Order development preparation as requested by the Government Program Manager. � Provide general engineering and other technical information on Crew Comm systems as requested by the Government Program Manager. � Provide an integrated logistics program covering planning, deployment, and in-plant control systems and spare parts.� Provide the planning, deployment, and in-plant control of other logistics support efforts such as handbooks, training, field service operations, and field returns. Provide spares manufacturing status and vanishing vendor visibility.� � The Contractor shall manage and maintain a provisioning database to support the customer�s spares management program in compliance with the Air Force Unique Items Identifier (UID) program.� Parts will be registered and marked according to Air Force UID guidelines. Spares Status Reports (SSR) shall be prepared and delivered to the Government on a quarterly basis to support this effort from the UID database. � Provide for software and system engineering services by maintaining a capability to investigate improvements in the areas of processing throughput, accuracy, reliability, diagnostic fault testing, and overall performance.� Establish and maintain a Software Configuration and Control System. � The contractor shall maintain a maintenance support agreement with Trilogy, a Clear Comm Company, to ensure sustainment of the fielded Crew Comm Enterprise commercial software and hardware. � Furnish technical assistance and coordination for spare parts acquisition, SRA assistance, and technical documentation. � The contractor shall perform special studies when directed by the government to investigate potential obsolescence parts issues, user capabilities suggestions, software enhancements, or reliability and maintainability improvements with the system. � The Contractor shall maintain and manage a reliability database.� The Contractor shall compile, maintain, and furnish failure consumption and reliability data in a Logistics Management Report to the Government monthly.� Data shall be collected at the Line Replaceable Unit (LRU) level.� The Contractor shall maintain a Shelf-Life Program that identifies life-limited items.� Shelf-Life items shall be reported via the Logistic Support Status Report.� The Contractor shall establish a Failure Review Board (FRB) to address failure trends, perform failure analyses and recommend corrective actions. � Coordinate efforts as necessary with other agencies/contractors to ensure that systems, equipment, and support equipment requirements are properly established and implemented. The contractor shall provide instructor guides, student study guides, audio-visual aids, and/or examinations in contractor format as directed by individual task order.� The Contractor shall award a certificate of training to students who satisfactorily complete the training and forward a copy to the student�s parent organization.� Each student shall be instructed to complete a Student Evaluation Sheet that shall be collected by the Contractor and submitted to the Government. The Contractor shall furnish all and ground follow-on spare parts as directed to support all fielded systems as defined by the government.� The Contractor shall maintain spares at the required levels to support operational equipment and maintain a Recommended Spare Parts List. The Contractor shall maintain bonded stock at levels in accordance with actual consumption experience.� The Contractor shall collect spares and bonded stock information and administer the program in accordance with performance work statements.� The contractor shall provide on a consistent basis, services and/or products that meet specified performance as follows: Change Request/Discrepancy Report solutions that can be merged and fielded, with no additional rework. Spares are defined as the following: Unique Spares:� Unique spares are defined as spares specifically modified by the Contractor to ��� meet operational system requirements. Replenishment Spares:� Replenishment Spares are end item spare that are needed by Crew Communications system that are needed to meet operational requirements. When supplying information that may meet the criteria identified above, interested parties should address the following, as well as the criteria/questions listed in Part I:�� INSTRUCTIONS: The document(s) below contain a description of the Crew Comm 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.� ATTENTION: SMALL BUSINESS RESPONDENTS who are interested in participation for this effort: No set aside decision has been made; however, the Government will determine the final strategy after thorough analysis of the small business responses and other market research available, considering the demonstrated interest and capability.� Please ensure that you provide a thorough response to each question.� If your company does not currently possess the full capability required to fulfill the entire requirement, what teaming/partnership/joint venture/subcontracting arrangement do you have in place to fulfill the government needs? Providing evidence of this arrangement, e.g. emails, letter, etc. that demonstrates a united response to this RFI is highly encouraged, but not required. The evidence should state the type of arrangement and the role each member will fulfill.� If you are only interested in being a subcontractor to the future awardee, state the portion of the work that your organization has capability of fulfilling.� Identify any areas of work that your organization believes should be broken out exclusively for Small Business. Both large and small businesses are encouraged to participate in this Market Research.� Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed to the PCO. CONTRACTOR CAPABILITY SURVEY 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: ����� Government Proposed North American Industry Classification System (NAICS) Code: _____ ������ Based on the Government proposed 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) Service Disabled Veteran Small Business����� (Yes / No) System for Award Management (SAM)� ����� (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Responses to the Capability Survey Part I and Part II must be received no later than close of business (enter due date IAW instructions above). �Please ensure data is in a readable electronic format that can be received through a firewall. �Attachments shall not to exceed 10 MB per email. �Multiple emails are acceptable.� Responses must be sent via email to the following: Questions relative to this market research should be addressed to the PCO. Part II. Capability Survey Questions General Capability Questions: Describe briefly the capabilities of your facility and nature of the goods and/or services you provide.� Include a description of your staff composition and management structure. Describe your company's past experience on previous projects similar in complexity to this requirement.� 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). Describe your company�s experience in repairing the Part Number/NSNs listed above that make up the Integrated Vehicle Health Management System (IVHMS). Describe your company's capabilities for generating, handling, processing and storing classified material and data. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals.� Identify what software programs are utilized to generate these data products and what formats are available for delivered items. What is your company�s current maximum capacity per month for this particular type of requirement?� Provide information on any facility reserves you may possess to increase capacity in the event of an immediate need do to critical operational mission requirements. What quality assurance processes and test qualification practices does your company employ?� Provide a description of your quality program (ISO 9001, AS9100, etc.). Provide a detailed quality plan implementing AS9100 (or equivalent). Engineering Services Questions (Engineering, advisory & assistance services, contractor logistic support, other services not listed) Describe your services capabilities and experience with regard to the requirements of this effort. Describe your capabilities and experience in developing/modifying procedures.� Include associated upgrade of technical orders and preparation of new technical orders. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items: Contract Number Procuring Agency Contract Value Services Provided Describe your capabilities and experience in any required test, evaluation, and repair processes/procedures with regard to the required items. Describe how you/your organization will identify and resolve parts obsolescence and diminishing manufacturing sources problems? Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer as required. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8f180078f298452e8eec370546f5472f/view)
 
Record
SN06474364-F 20220923/220921230141 (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.