The RFP Database
New business relationships start here

AN/TYQ-23A Production Unit/s Sources Sought Synopsis


Utah, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

AN/TYQ-23A (V)1
Notice Type: Sources Sought

1. Contracting Officer
Department of the United States Air Force (herein referred to as "Air Force"), Air Force Material Command, AFLCMC/PZZKB; Attn: Matthew Loffredo, 6039 Wardleigh Road, Building 1206, Hill Air Force Base (AFB), Utah 84056-5831, commercial phone number: (801) 777-8666.

2. NOTICE
This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only.

2.1 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 334111 which has a corresponding standard of 1250 employees. 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
The Air Force is conducting market research to identify potential contractor sources that will meet Air Force requirements for the production of one AN/TYQ-23A (V)1, with the possibility of producing a second unit. The AN/TYQ-23A (V)1 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 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).

The AN/TYQ-23A (V)1 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 production of an AN/TYQ-23A (V)1 unit. The fleet currently consists of 18 AN/TYQ-23A (V)1 units and any units that are produced on this effort will need to be in configuration with the rest of the fleet. The contract for this effort will start in April 2020.

4. Technical Requirements/Support Concept

4.1. Build: The contractor will be responsible for producing 1 AN/TYQ-23A, with potential for a second unit, in accordance with the Technical Data Package that will be provided by the Government.

4.2. Test: Testing will include an internal QA with Government presence. Additionally, the contractor will complete a Government witnessed P I T C O (PITCO). The PITCO test allows for the contractor to demonstrate its production process.

4.3. Deliver/Demonstrate: The contractor will complete a Site Acceptance Test (SAT) at a Government pre-determined location. The contractor will use Government-developed test plans and procedures and will execute them in an operationally relevant/representative environment. The Government will provide the Test Cases with which the contractor will use at the SAT event for each AN/TYQ-23A unit. The test cases will encompass multiple factors, including but not limited to, scope, personnel and responsibilities, preparation, entry and exit criteria, and reporting.

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. Software

6.1. The contractor will need to produce the AN/TYQ-23A unit(s) with the current software baseline configuration. During the production phase, if the AN/TYQ-23A fleet receives a software update, the government will provide that update to the contractor. The contractor will be required to update the production system accordingly.

6.2. The contractor shall be required to support kit proofing on any Time Compliance Technical Orders (TCTOs) releasable to the field. The contractor will update production systems per TCTO releases.

6.3. The main software for system operations are as follows: Red Hat Linux 5, 6, 7 Windows Server 2008 R2, 2012 Windows 7, Windows 10, 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 AMD Radeon/Teradici PCoIP General software (e.g., McAfee Antivirus, Java, Microsoft Office, Adobe Acrobat).

7. Program Management

7.1. 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.

7.2. 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.

7.3. 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 production will be required. Travel may be required for Program Management Reviews (PMR) and Product Integration Working Group (PIWG).

7.4. Members of the production contractor team (Program Manager, Engineers, Equipment Specialists, and Contracting Officers) will be required to participate in TIMs, PMRs and government Integrated Product Team (IPT) meetings as required.

7.5. The Contractor will need to provide a quality assurance plan that meets the ISO 9001.2008 standards.

8. Technical Data

The contractor will be provided with redlined, level 3 Technical Data Package (TDP) drawings. The contractor will use the TDP to produce the AN/TYQ-23A (V)1 unit(s).

8.1. The contractor will provide updates to the AN/TYQ-23A (V)1 Organizational Level and Depot Level TOs IAW current Air Force Technical Manual Contract Requirements (TMCR).

8.2. The contractor will update the AN/TYQ-23A (V)1 Organizational Level TOs for production baseline changes related to software and hardware changes and to incorporate AFTO Form 22 recommended changes that have been approve by the TO manager.

9. Request Each Interested Contractor

9.1. Provide supporting rationale that your company can meet the requirements identified in this Sources Sought synopsis. Specifically, include a description of:
9.1.1. Current Capability and experience producing similar systems;
9.1.2. Current experience with the technical requirements identified for this requirement;
9.1.3. 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.
9.1.4. Identify what level of AIMS certification has already been completed.
9.1.5. 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.
9.1.6. Identify your company's ability to provide a COTS based solution.
9.1.7. 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.

10.   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 and award on the basis of this Sources Sought synopsis 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.


Matthew John Loffredo, Contracting Officer, Phone 8017778666, Email Matthew.Loffredo@us.af.mil - Wendy Farley, Contract Negotiator, Phone 8015863464, Email wendy.farley@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP