Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 08, 2024 SAM #8229
SOURCES SOUGHT

R -- Sources Sought Synopsis for TYQ 23A V1/2 Contractor Logistics Support

Notice Date
6/6/2024 12:49:31 PM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
FA8217 AFLCMC HBZK HILL AFB UT 84056-5838 USA
 
ZIP Code
84056-5838
 
Solicitation Number
FA821724SSCLS
 
Response Due
7/9/2024 10:30:00 AM
 
Archive Date
12/31/2024
 
Point of Contact
Wendy Farley, Phone: 8015863464, Mitchell Gooslin, Phone: 8015860784
 
E-Mail Address
wendy.farley@us.af.mil, mitchell.gooslin@us.af.mil
(wendy.farley@us.af.mil, mitchell.gooslin@us.af.mil)
 
Description
SOURCES SOUGHT SYNOPSIS - REQUEST FOR INFORMATION ONLY �CLS AN/TYQ-23A (V)1/2 Notice Type: Sources Sought 1.� Contracting Officer 1.1� Department of the United States Air Force (herein referred to as ""Air Force""), Air Force Material Command, AFLCMC/HBZKB; Attn: Wendy Farley, 6039 Wardleigh Road, Building 1206, Hill Air Force Base (AFB), Utah 84056-5831, commercial phone number: (801) 586-3464. 2. Notice 2.1� This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 2.2 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 541990 which has a corresponding standard of $19.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in small businesses to include 8(a), Service-Disabled Veteran-Owned, Hub zone, 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. Additionally, 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. 3.� Description 3.1 The Air Force is conducting market research to identify potential contractor sources that will meet Air Force requirements for the development of Contractor Logistic Support (CLS) for the AN/TYQ-23A(V)1/2 which includes the TSC-250 Communication Data Link System (CDLS). The AN/TYQ-23A (V)1/2 is part of the Control and Reporting Center (CRC) which is a ground-based Theatre Air Control System (TACS), The CRC is a network of radar sensors and C2 processors that are responsible for radar surveillance and the direction/control of air operations supporting the Joint Force Commander (JFC) and Joint Force Air Component Commander (JFACC) and provides decentralized execution of air operations in an assigned area. The CRC consists of the AN/TPS-75 Radar, AN/TYQ-23A(V)1/2 Operations Module (OM), AN/TSC- 147 Joint Tactical Information Distribution Systems (JTIDS) Module (JM), and AN/TRC-213 & 214 Remote Radio Secure Voice System (RRSVS). 3.2 The AN/TYQ-23A(V)1/2 is a Command and Control (C2) system that provides the capability to plan, direct, control tactical air operations and perform specified airspace management tasks. The purpose of this sources sought is to establish a basic understanding of what the government's requirements will be for the sustainment of the AN/TYQ-23A(V)1/2. The system is currently in sustainment and continually addressing obsolescence issues and updating capabilities to meet cybersecurity requirements and user requirements. The new CLS contract is estimated to start in January 2026. 4. Technical Requirements/Support Concept 4.1� Contractor shall identify their technical capabilities and experience to the following technical requirements: �The support concept for the AN/TYQ-23A(V)1/2 is to be a 2-level concept utilizing Unit Maintainers (Organizational) from the sites where each of the systems are fielded and the Contractor Logistic Support provider (Depot). The Organizational level of the maintenance concept is performed by the unit maintainers located at each site. The unit maintainers will utilize the existing Technical Orders (TO's) to troubleshoot the maintenance issue(s) on the system. If the maintenance issue cannot be resolved with the organizational level maintainers the depot level of the concept would be implemented. The CLS contractor would supply engineering, logistical support, and technical support for the system. The depot level maintenance may be performed in the field or at the contractor facility providing depot level repairs to the system. This would include testing, parts repair, parts replacement, and shelter maintenance to meet the system Availability Rate (Ao) standard minimum of 92%. The Test equipment for depot testing and repair would have to be provided by the contractor and would consist of common items used for electronic equipment repair. There is currently no specialized test equipment for the AN/TYQ-23A(V)1/2. �Technical support would include 8 hour 5 days a week help desk. Technicians must be able to travel to CONUS and OCONUS sites for repair and support of the system if necessary. Travel may also be required for technical and training support. �A Software Integration Lab (SIL) will be required for the AN/TYQ-23A (V) l. The CLS contractor will be provided an AN/TYQ-23A(V)1/2 system as Government Furnished Equipment (GFE) to utilize in the SIL. CLS contractor will also be supplied 2 non-shelter systems to use in the contractor�s software lab. The SIL must be able to provide all necessary interfaces with other CRC equipment (TPS-75, TSC-147, TRC-213 & TRC-214) to ensure that the integration of any software or hardware system changes fully tested before release to the field. SIL activities will include but are not limited to: maintaining software licenses on all COTS equipment and system components, applying vendor software and firmware updates to the system, providing Cybersecurity patches on a quarterly basis in accordance with Risk Management Framework (RMFL and testing proposed technical refresh components prior to release in the field. The CLS contractor will be required to maintain all GFE equipment provided under this effort. 5.��� Supply Chain Management 5.1 Supply Chain Management (SCM) support will include procuring pipeline spares, tracking the repair and/or replacement of parts including Readiness Spares Packages (RSP), Package, Handling, Storage and Transportation (PHS&T) as well as disposal of parts. 6.��� Parts Obsolescence �The AN/TYQ-23A(V)1/2 is primarily a COTS based system, Review of parts obsolescence and technical refresh will be required. The Contractor will need to provide a plan for the mitigation of Diminishing Manufacturing Sources and Material Shortages (DMSMS) for the AN/TYQ-23A(V)1/2. �Technical refresh will be reviewed and provided every 3 to 5 years. Proposed hardware replacements will have to be tested in the SIL as well as the CRC test operational location prior to release to fielded systems. 7.��� Software 7.1 CLS will require management of Software within the AN/TYQ-23A(V)1/2. 7.2�� The contractor will need to develop and test software patches that maintain the security of the AN/TYQ-23A(V)1/2. 7.3�� The contractor will work with the Program Office Cybersecurity leads and the designated testing organizations to ensure follow-on ATO's are based on the current Risk Management Framework (RMF) and Cybersecurity policies and directives. 7.4�� The Contractor will have to work with Air Force software testing agencies and may be required to support Developmental Test (DT) and Operational Test (OT) events. 7.5�� The contractor shall be required to support kit proofing on any Time Compliance Technical Orders) TCTOs releasable to the field. 7.6�� The main software for system operations are as follows: Red Hat Linux 8, 9; Windows Server 2019/2022; Windows 10/11; Joint Range Extension (JRE) Ultra Electronics Air Defense System Integrator (ADSI); Solipsys Multi-Source Correlator Tracker (MSCT) / MSCT Display, Solipsys Streaming Adaptation Server (SAS); VMWare Horizon View; Teradici PColP; General software (e.g., McAfee Antivirus, Java, Microsoft Office, Adobe Acrobat) 7.7�� All software licenses for Commercial Software will need to be managed, procured, and updated by the contractor. The MSCT software or any other noncommercial software will be managed by the CRC Program Office. 7.8 ��� The SIL will play a major part in managing the software for the AN/TYQ-23A(V)1/2. 8.� Program Management 8.1�� Program Management support will include, but not be limited to, risk management, development tracking and reporting on IMS schedules showing intended software and cybersecurity patch releases. 8.2�� Monthly reporting will include, but not be limited to the following: monthly cost/ expenditure reporting, technical support requests, trip reports, meeting minutes, newly discovered parts obsolescence, spares status and reliability and maintainability data. 8.3�� Technical Interchange Meetings (TIMs) will be required periodically as well as semi-annual Program Management Reviews (PMRs). A Program Management Plan (PMP) that details organizational structure and processes used for sustainment. Travel may be required for Program Management Reviews (PMR) and Product Integration Working group (PIWG). 8.4�� Members of the CLS contractor team (Program Manager, Engineers, Equipment Specialists, and Contracting Officers) will be required to participate in TlMs, PMRs and government Integrated Product Team (lPT) meetings as required. 8.5�� The Contractor will need to provide a quality assurance plan that meets the ISO 9001:2015 standards. 9.� Engineering Support 9.1�� Engineering support will include configuration management reviewing and updating documents in accordance with applicable DOD standards related to engineering and configuration management, logistic planning, Configuration Control Board (CCB), safety issues -System Safety Program Plan (SSPP), Engineering Change Proposals (ECP), enhancements and upgrade recommendations when requested. 9.2�� Responsibility in the Deficiency Reporting (DR) process will be required, systems manuals and Technical Order changes will be required. 9.3�� Travel may also be required for Tech support and Program Management Reviews (PMR). Training and training material fabrication which includes updates and changes will be required when needed. 10. Technical Data 10.1 The contractor will provide updates to the AN/TYQ-23A(V)1/2 Organizational Level and Depot Level TO's JAW current Air Force Technical Manual Contract Requirements TMCR (for example TM-86-0lN). 10.2�� The contractor will update the AN/TYQ-23A(V)1/2 Organization Level TOs for production baseline changes related to software and hardware changes and to incorporate AFTO Form 22 recommended changes that have been approved by the TO manager. 11.� Cybersecurity 11.1 The CLS contractor shall have a SIPRNet connection and SIPRNet email capability within 90 days after contract award to support collaboration for cybersecurity vulnerability mitigation.� The contractor shall manage CRC Endpoint Security Solution (ESS) configuration for alternate site per applicable DISA STIGs. 12.� Request Each Interested Contractor 12.1 Provide supporting rationale that your company can meet the requirements identified in this Sources Sought synopsis. Specifically, include a description of: 12.2 Current capability and experience developing similar systems. 12.3 Current experience with the technical requirements identified for this requirement. 12.4 Identify the level of subject matter expertise possessed by employees pertaining to the AN/TYQ-23A(V)1/2 and associated systems. 12.5�� Provide highlights of successful past experience on similar Air Force or DoD contracts within the past ten years, and listing name of contract, contract number, and assigned Administrative Contracting Officer (ACO) name and phone number for each contract. 12.6�� Identify what level of Air Traffic Control Radar Beacon System Identification Friend or Foe and Marx XII Systems (AIMS) certification has already been completed. 12.7 Identify if your company has a trouble ticket tracking system as well as a brief description of its capabilities. 12.8 Identify company's size and socio-economic status given the above identified NAICS Code, and if contractor is part of a small business/socio-economic program, provide verification. 12.9 Identify your company's ability to provide a COTS based solution. 12.10 Responses are due no later than 30 days after posting. No phone responses will be accepted. All responses shall be unclassified and reviewed (prior to submission to the Air Force) to ensure that there are no operational sensitivities. Note that a Request for Proposal (RFP) would include requirements that are more detailed than what is identified in this Sources Sought synopsis. 13. Notice This is not an RFP or an Invitation for Bid, nor is it to be construed as a commitment by the Air Force. The Air Force does not intend to make an award on the basis of this Sources Sought synopsis/Request for Information or otherwise pay for the information solicited herein. Copies of the submitted information will be reproduced and review may be used to develop a Request for Proposal. The maximum number of pages for a response should be no more than 10 and sent electronically via the email addresses shown below. POC: Wendy Farley Contracting Officer, wendy.farley@us.af.mil and Mitchell Gooslin Contract Specialist, mitchell.gooslin@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/90a73dc528d14e4e81012aca2b53859b/view)
 
Place of Performance
Address: Hill AFB, UT 84056, USA
Zip Code: 84056
Country: USA
 
Record
SN07089414-F 20240608/240606230126 (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.