Inactive
Notice ID:FA8629-20-R-5036
RFI / SOURCES SOUGHT Synopsis: 1. This Request for Information (RFI) is issued for information purposes only and neither constitutes a solicitation nor a commitment by the government to award a contra...
RFI / SOURCES SOUGHT Synopsis: 1. This Request for Information (RFI) is issued for information purposes only and neither constitutes a solicitation nor a commitment by the government to award a contract now or in the future. Submitting information for this RFI is voluntary and participants will not be compensated. The Government does not intend to award a contract on the basis of this RFI or to otherwise pay for the information in this RFI. Your response will be treated as information only, it shall not be used as a proposal. 2. The Air Force Life Cycle Management Cycle, Special Operations Forces and Personnel Recovery Division (AFLCMC/WIS) is requesting information to identify potential sources that may possess technical data, expertise, capabilities, and experience to support the Air Force Air Combat Command requirement to finish the Situational Awareness Communication Upgrade (SACU). The purpose of the SACU program is to provide and sustain the personnel recovery task force's capability to rapidly exchange secure information and to enable on-board real time situational awareness (SA) of the operational environment between disparate tactical network systems for the HC-130J aircraft fleet. The Government need is for a source to complete SACU design, procurement, and installation no later than Sep 2022 (onboard the HC-130J aircraft). A Technical Data Package (TDP) will not be available. 3. The HC-130J aircraft require an upgraded Situational Awareness Communication Upgrade capability to meet the FY 2022 Joint Requirement Oversight Council Memorandum (JROCM) 075-17, Service Plan for Implementation of Modernization Link-16 Terminals, dated 14 Jul 2017, which validates Joint Full Operational Capability date of 1 Jan 2022 and recommends incorporating concurrent multi-netting (CMN), concurrent contention receive (CCR), and enhanced throughput. The Government will provide Multifunctional Information Distribution Systems (MIDS) Joint Tactical Radio System (JTRS) Link-16 as Government Furnished Equipment (GFE) for design, integration, and validation. 4. The contractor will be required to provide information that they can demonstrate experience in the capabilities listed below to satisfy the following requirements: The shall perform Non-Recurring Engineering (NRE) to remove Small Secure Data Link (SSDL) from the aircraft configuration baseline and NRE required to develop hardware and software along with an unlimited data rights final technical data package (TDP) for Kit Proof Installation (a/c #1) and Production Kit Installation (PKI) (a/c #2). Associated tasks include configuration status accounting, design, and validation activities; design integrate, and validate into the SACU federated solution the MIDS JTRS Link 16 with associated Cybersecurity consideration; provide associated material, labor, fabrication, support equipment, specialized tooling, handling, shipping, and transportation; make necessary updates to technical orders, produce and deliver time compliance technical orders (TCTOs); provide unlimited data rights technical data package (TDP); accomplish airworthiness certification; and provide test support. Once TDP is updated to reflect removal of SSDL, contractor shall perform removal of SSDL hardware from nineteen (19) HC-130J aircraft to include but not limited to: material, labor, fabrication, tooling, support equipment, handling, shipping, transportation, and disposition of unused SSDL materials. Contractor shall update related engineering documents to validate new aircraft baseline, provide provisioning/logistics data, update training program to reflect SSDL removal from aircraft configuration; and establish and provide initial cadre training (TYPE 1) for the complete SACU modification (hardware and software) for test personnel, maintenance personnel, and aircrew personnel in support of test and operational requirements. The contractor shall possess the ability to perform program management duties, engineering expertise, capability to perform manufacturing work at contractor location, capability to perform aircraft field installations at other CONUS locations, and ability to obtain Secret clearances for the aforementioned tasks. 5. If after reviewing this information your company desires to participate by responding to this notice, provide documentation that supports your company’s ability to support this improved SACU requirement. Failure to provide adequate documentation will inhibit the government’s assessment of your capabilities. If your company lacks sufficient capability, please provide details explaining how the company would overcome the shortfall in order to perform. The information gathered by this RFI may be utilized to plan for a follow-on contract. Joint ventures or teaming arrangement are permissible. 6. Please provide the following business information for your company, institution, or any teaming or joint venture partners: company name; address; point of contact; CAGE code; telephone number; email address; web page URL; size of business pursuant to the North American Industrial Classification System (NAICS) code 334220; based on the above NAICS code, state whether your company is a Large Business, Small Business, Woman- Owned Small Business, Economically-Disadvantaged Woman-Owned Small Business, Small Disadvantaged Business, 8(a) Certified, HUBZone Certified, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, and Central Contractor Registration. Also include a statement indicating whether the company is domestically or foreign owned. If foreign owned, please indicate the country of ownership. Finally, interested parties should submit information regarding possible subcontracting opportunities, type of supplies/services offered (i.e., commercial and/or non-commercial), and examples of contracts held for similar efforts, including contract number and contracting point of contact. 7. General capabilities and experience with the scope of efforts listed in para 4 should be submitted on CD-R or DVD-R in an electronic format that is compatible with Microsoft Windows and Office 2016. Send this CD/DVD to Mr. John Lindsay, AFLCMC/WISK 1895 5th Street, Bldg. 46, Wright-Patterson AFB, OH 45433-7200 not later than 4:00 PM EST, 02 April 2020. The CD/DVD cover label shall be marked “Proprietary/Competition Sensitive Information.” if any of the responses are proprietary. Marketing material is considered an insufficient response to this RFI. 8. Two paper copies of the response shall be submitted, unbounded in three-ring binders and must be clearly labeled “Proprietary /Competition Sensitive Information” on cover sheets and in close proximity to this type of information on each applicable page. Proprietary/competition sensitive information will be protected from disclosure. The paper copies and the electronic versions must be identical in all respects. Page size shall be 8.5 x 11 inches, not including foldouts. Pages shall be single-spaced. The font type shall be Time New Roman or Arial, and font size shall be no less than 12 point. Use, at a minimum, 1-inch margin. No classified information shall be included in company submittals. Please limit response to 40 pages or less. 9. Direct all requests and routine communications concerning this RFI to the Points of Contact listed herein. For technical questions, please contact Ms. Kaitlyn Taulbee.