Manufacture and Depot-Level Maintenance of Combined Test Set
*Amended 14 Jan 19 to correct typo in title. *Amended 15 Jan 19 to correct typo (due date) in body of notice. *Amended 24 Jan 19 to extend deadline. *Amended 31 Jan 19 to update deadline within body o... *Amended 14 Jan 19 to correct typo in title. *Amended 15 Jan 19 to correct typo (due date) in body of notice. *Amended 24 Jan 19 to extend deadline. *Amended 31 Jan 19 to update deadline within body of posting. Sources Sought Synopsis ("SSS") (Not a notice of Solicitation) The United States Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Wright Patterson Air Force Base (WPAFB), Ohio is seeking capability packages from potential sources, including Small Business (SB), 8(a), HUBZone, Women-Owned (WOSB), Economically Disadvantaged Women-Owned (EDWOSB), Veteran-Owned (VOSB), and Service-Disabled Veteran-Owned (SDVOSB) small businesses that are capable of supporting the Large Aircraft Infrared Countermeasures (LAIRCM) Program in connection with the Manufacture and Depot-Level Maintenance of a Combined Test Set ("CTS") Device as defined below. THIS IS NOT A REQUEST FOR PROPOSAL OR AN INVITATION FOR BIDS. All interested firms shall submit a response demonstrating their capability to provide the requested items to the primary point of contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. Any information submitted by respondents to this SSS is voluntary. This synopsis is not to be construed as a commitment by the United States Government (USG), nor will the USG reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any Government assessments. Requirement: The (USG) is seeking potential sources for the manufacture of CTS devices, including any ancillary and/or support items needed for operation, which may include, but is not limited to: batteries, straps, tripods, and carrying cases. The purpose of the CTS is to stimulate multi-sensor UV/IR aircraft survivability systems. Respondents must describe their ability to perform depot-level maintenance and/or establish an organic depot-level maintenance capability for the USG. Depot-level maintenance is defined as any action performed on material or software in the conduct of inspection, repair, overhaul, or the modification or rebuild of end-items, assemblies, subassemblies and parts (10 USC 2460). The organic depot shall be established at a location approved by AFMC. Once the capability is established, the USG will perform depot-level maintenance at the approved location. Respondents must demonstrate they possess the expertise, capabilities, and experience in establishing an organic depot-level maintenance capability for the CTS. Additionally, the respondents to this inquiry must describe their ability and plan to access and convey to the Government the CTS depot-level source data required to establish an organic depot-level maintenance capability. Capability package: Interested parties shall submit a capabilities package, with a cover letter, that is brief and concise, yet clearly presents evidence that the interested party is fully capable of providing or can attain the stated requirements with sufficiently qualified personnel. Do not submit classified data. Please do not include company brochures or other marketing information. The government is specifically interested in the following information: 1. Describe your company's ability to manufacture and deliver CTS devices. If known, provide any documentation and/or declarations of commerciality of the CTS. The CTS shall be able to stimulate and read power output in a 10-250 foot region for UV and multi-color IR. 2. Describe whether your company will require any portion of the work to manufacture and sustain the CTS to be subcontracted. Specify whom you anticipate contracting with and what percentage of the effort each subcontractor will perform. Specify the extent to which your firm believes small disadvantaged businesses, small businesses or other categories of businesses discussed in FAR Part 19 would be utilized in meeting the requirements specified herein. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming should be provided. 3. Describe your company's ability to manage the configuration of the CTS. 4. Describe your company's ability to manage CTS Diminishing Manufacturing Sources and Material Shortages challenges throughout the system's life cycle. 5. Describe your company's ability to establish an organic depot-level repair capability for the CTS. In addition, describe your company's ability to provide access to depot-level maintenance source data. Source Data must include, but is not limited to: Skilled personnel requirements, Training and Certifications, Engineering data and drawings, Technical manuals and documentation, Repair procedures, Test requirements, Special and common support/test equipment, Special and common tools, Provisioning data, Facility requirements, repair process flows, and verification of CTS and CTS maintenance procedures. The USG cannot provide certain types of data to support this effort; your company must be able to obtain this data. 6. Describe your company's experience and ability to identify existing and potential depot-level maintenance capabilities for the CTS, the CTS's components, and subcomponents. 7. Describe your company's experience and ability to identify specialized skill sets, conduct training to meet these skill sets, and enable the Government to obtain required certifications to perform depot-level repairs of the CTS. 8. Describe your company's experience and ability to identify, obtain, and provide special and common support/test equipment and tools to perform depot-level repairs of the CTS. 9. Describe your company's experience and ability to identify and provide provisioning data for the CTS depot-level maintenance. Provisioning is defined as the process of determining and acquiring the range and quantity of support items. This includes but is not limited to: spares, consumables, bulk materiel, tools, and test equipment necessary to operate and maintain a system. 10. Describe your company's experience and ability to identify and deliver technical manuals and other documentation necessary to operate and maintain organic depot-level maintenance operations for the CTS. 11. Describes your company's ability to stimulate the LAIRCM system's Hostile Fire Indication (HFI) functionality. If not, describe your company's ability to integrate HFI testing capability into the CTS to support potential future requirements. 12. Describe your company's ability to stimulate the LAIRCM system's laser warning. 13. Describe your company's ability to provide a prototype device to demonstrate its capability. The capability package shall be limited to twenty (20) double-spaced, minimum ten (10) point font, single-sided pages. Respondents who submit a capability package in response to this notice shall identify prior contracts (by contract number and issuing office) and commercial and Government points of contact (preferably the buyer or contracting officer) related to these efforts. The North American Industrial Classification System (NAICS) Code to be used for this SSS is 336413 with a size standard of 1,250 employees. Firms responding should indicate their size in relation to this size standard, and also indicate socio-economic status (SB, 8(a), VOSB, SDVOSB, WOSB, EDWOSB, and/or HUBZone). Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Capability responses will be assessed and the data will be used to assist the Government in determining the acquisition strategy, including Small Business Set Aside (SBSA), sole source, or full and open, for any potential subsequent action. In accordance with Federal Acquisition Regulation (FAR) 10.001, market research results will be used to determine whether FAR Part 19 criteria are met for a SBSA or further socio-economic set aside. Note that a key factor in determining an acquisition to be a SBSA is that small business prime contractors meet the requirements set forth in compliance with FAR 52.219-14, Limitation of Subcontract. Responses from small businesses, therefore, need to include rationale as to how compliance with FAR 52.219-14 will be achieved. Also, the rules governing affiliation and ostensible subcontracting apply when determining size, as does the non-manufacturer rule. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. If this effort is not a set-aside for small business, a small business utilization requirement will be considered. Request that large and small businesses provide a reasonable requirement for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. Submission of Proprietary Information Caution: The USG appreciates that interested respondents may not be able to respond to this market research without disclosing information deemed "proprietary." Data submitted in response to this market research will be distributed and discussed within the Government. Respondents are responsible for clearly marking submitted information with appropriate restrictive markings. Analyses of responses may require disclosure of responses to Advisory and Assistance Services (A&AS) support contractor personnel. All members of the Government/Contractor team will be reminded of their obligation to protect such information to the maximum extent permitted or required and other applicable statutes or regulations. In addition, USG members will be reminded of their obligations to afford protection under the Trade Secrets Act, 18 U.S.C. 1905. All support contractor members are required to protect the information by the terms of their contracts. Responses may be submitted electronically to the following email address: brett.everett@us.af.mil. All correspondence sent via email shall contain a subject line that reads "Sources Sought - LAIRCM CTS." If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc. or .xls documents are attached to your email; all other attachments may be deleted. Responses may also be submitted via mail to: AFLCMC/WNYK, 2275 D Street, Bldg. 16, Room 0103, Wright Patterson AFB, OH 45433-7222, ATTN: Brett Everett. Responses must be received no later than 12:00 p.m., 11 February 19. If necessary, the Government may elect to contact interested parties for further clarifications or site visits.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »