Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 08, 2022 SAM #7617
SOURCES SOUGHT

R -- BSB B-52 Engineering Expertise Support of software engineering for sustainment programs, including software maintenance using a block-cycle concept, standardizing/synchronizing the integration of software-driven capabilities

Notice Date
10/6/2022 7:10:31 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8107 AFLCMC WWK TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
AFLCMC_WBDX_BSB_B-52
 
Response Due
10/14/2022 2:00:00 PM
 
Archive Date
10/21/2022
 
Point of Contact
Larry Asberry Jr, Phone: 4056333487, Kimberly Archer, Phone: 4059232284
 
E-Mail Address
larry.asberry@us.af.mil, kimberly.archer@us.af.mil
(larry.asberry@us.af.mil, kimberly.archer@us.af.mil)
 
Description
THIS IS A NOTICE OF A REQUEST FOR INFORMATION.? IT IS NOT A SOLICITATION NOR DOES IT GUARANTEE A SOLICITATION WILL BE ISSUED.� 1.0 Disclaimer� 1.1 This announcement constitutes a Request for Information (RFI) for the purpose of determining market capability of sources or obtaining information for the United States Air Force (USAF). It does not constitute a Request for Proposal (RFP), a Request for Quote (RFQ) or an indication that the Government will contract for any of the items and/or services discussed in this notice.� 1.2 Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.? The Government will not pay for any information that may be submitted by respondents to this notice.? Your response to this RFI will be used for planning purposes.� 1.3 Any information submitted by respondents to this notice is strictly voluntary.? Any formal solicitation that may subsequently be issued will be announced separately through SAM.gov.? It is the responsibility of any potential respondent to monitor SAM.gov for additional information pertaining to this topic.� 2.0 Background� 2.1 AFLCMC/WBDX requires software engineering support for sustainment programs to include software maintenance using a block cycle concept to standardize and synchronize the integration of software-driven capabilities with existing software that supports the B-52H. The software engineering activity shall provide technical recommendations regarding the software block processes and software development tools.�� 2.2 Software and systems engineering support shall include attending Configuration Control Boards (CCB), reviewing and validating products required for Operational Safety Suitability and Effectiveness (OSS&E), Airworthiness, and Configuration Management (CM) compliance. The contractor shall provide engineering peer review of all software problem reports and provide engineering review of all technical manuals provided by government/contractor software developers.�� 2.3?AFLCMC/WBDX also requires support of engineering expertise, specifically software and test for acquisition programs, and programs preparing for fielding/transitioning to sustainment within the B-52 Program Office (PO).� 3.0 Submission Instructions� 3.1 Respondents shall submit individual white papers that address any/all of the topic areas identified in paragraph 4.0 Topics.? Each submittal shall include company mailing address, a point of contact (name, title, phone number, e-mail), and CAGE code.? If not registered with a CAGE code, respondents shall provide a DUNS identification number.?�� 3.2?Submittals shall include company nation of incorporation: large business, small business, small-disadvantaged business, small disadvantage business 8A, woman-owned small business, service-disabled veteran-owned small business, or Hub Zone small business as defined by Federal Acquisition Regulation (FAR) Part 19.? Small business size limit is 500 employees.? The North American Industry Classification System (NAICS) Code 333314 has been tentatively determined; however, we encourage firms to respond even if their products are otherwise coded.? Respondents shall identify the code(s) applicable to their product.� 3.3 Submittals shall be delivered no later than 5 calendar days after the RFI is posted.? Responses received after this date may be considered but may not be included in initial reporting or assessments. Responses received 5 days or more from the requested date will not be considered nor assessed.� 3.3a. If proprietary information is submitted, it shall be portion marked, by paragraph, to clearly identify proprietary information. All information received in response to this RFI that is marked proprietary will be handled accordingly. Respondent�s submittals that include data that they do not want disclosed to the public, nor used by the Government for other than RFI evaluation purposes, shall be marked with a legend conforming to 48 C.F.R. � 52.215-1(e).?�� 3.3b. Submittals shall not exceed 3 total pages in length: single-sided, single-spaced, and no smaller than Arial size 10 font.� 3.3c. All responses shall be delivered in PDF format and emailed to the following individuals:� ? ? ? ? ? ? ? ? ? Asberry, Larry D JR GS-13 USAF AFMC AFLCMC/WBK (B-1/B-52)� ? ? ? ? ? ? ? ? ? larry.asberry@us.af.mil�� 3.3d. The subject line of the email shall read: �RFI Response by (Company Name)�� 3.4 Respondents shall format submittals consistent with paragraph 4.0 Topics. Introductory and/or summary information may be included in respondent�s submittals in accordance with the page limitations identified in paragraph 3.3.b.?�� 3.5 If the Government has not provided sufficient guidance or information to sufficiently inform a response to a topic/sub-topic, respondents shall document any assumptions made in their submittals.� 4.0 WHITE PAPER TOPICS� ? ?4.1 TOPIC (A) By responding to this RFI in the affirmative, you are certifying to the following (initial each):� ___ Our company and its teaming partners possess the capability to perform all of the work as stated in the attached Contractual Engineering Task (CET).� ___ Our company has the capacity, including equipment, facilities, and personnel, to fulfill all of the requirements in the timeframes required and lack of capacity will not be a cause for lack of performance.� ___ Our company has the experience described in paragraphs 4.2.� ___ Our company would be able to provide a proposed price that is fair and reasonable.� 4.2 Topic (B) � Expertise/Professional Services???�� Provide details on ability to make available a team with the following experience levels on day 1 of the contract:� Ability to provide Contract Manager/Task Lead with 15+ years experience providing sustainment block software engineering support to the B-52H platform 2. Provide personnel with a minimum of a bachelor�s degree or equivalent work experience to perform assigned taskings� Provide a team that has a history of engineering support for B-52 software sustainment reaching back to LSB01� Provide a team that has B-52 flight experience� Provide a team that has USAF aircraft maintenance experience� Provide a team that has B-52 technical order experience including participation in Verification and Validation (V&V) activity and authoring draft Ops Supplements for the B-52� Provide a team that has 5+ years of B-52 cyber security support experience� Provide a team that has extensive experience supporting B-52 flight test at Edwards AFB and KBAD� Provide a team that has direct experience supporting B-52 AFMSS and JMPS� Provide a team with the ability to have access to Boeing Message Courier and B-52 Information Site�� Provide a team that has experience with Litening and Sniper targeting pod integration support on the B-52� Provide a team that has experience building air worthiness and CCB packages for B-52 sustainment blocks� 4.3 Topic (C) � System Access� ??????????? Provide details on ability to provide a team with access to the following systems on day 1 of the contract:� Enhanced Technical Information Management System (ETIMS)� AMRDEC SAFE� Inteldocs�� Program related SharePoint Sites (NIPR and SIPR)� 557th IBM Rational DOORS server access�� Joint Deficiency Reporting System (JDRS)� SIPR Access for Cyber Security� Boeing Partners Network (BPN)� Message Courier� Citrix XenApp� Boeing IBM Rational DOORS server access� Boeing Sherlock�� Boeing Confluence� Boeing JIRA�� B-52 Information folder� 5.0 SUBMISSION REVIEW� 5.1?The information provided will be used by the Program Management Office (PMO) to ascertain Industry interest and capabilities to participate in the continued sustainment of. The Government will:� 5.1a Acknowledge receipt of the white papers to the POC provided.� 5.1b The Government does not intend to have follow-on contact with submitters but may do so if further information is required.� 5.1c The Government will archive all submitted material for future review as needed.�� 5.2 Submitted information may be reproduced for use and review by the Government PMO.?�� 5.3 Interested parties should continue to monitor SAM.gov for any follow-on RFI or other announcements which will be published as an amendment under this notice number.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/46233fa4890242d69b6f1e7db4b043be/view)
 
Place of Performance
Address: Midwest City, OK 73110, USA
Zip Code: 73110
Country: USA
 
Record
SN06489178-F 20221008/221006230103 (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.