The RFP Database
New business relationships start here

AWACS DRAGON Full Rate Production Long Lead Items


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

 
 

 

Request for Information for

Airborne Warning and Control System (AWACS)

 Diminishing Manufacturing Sources (DMS) Replacement of Avionics for Global Operations and Navigation (DRAGON)

 

 Long Lead Items Purchase in support of Full Rate Production


 


 

E-3 Operational Capabilities Branch

AFLCMC/HBSG

3 Eglin St.

Hanscom AFB, MA 01731-2100

 

18 July 2019

 

Program Manager: Ms. Megan Kozacka

Contracting Officer: Capt Alexis Edwards



 

 
•1.      Description
This is a Request for Information (RFI) as defined in FAR 15.201(e).  This RFI is issued in order to identify qualified sources for the E-3 Airborne Warning and Control System (AWACS) Diminishing Manufacturing Sources (DMS) Replacement of Avionics for Global Operations and Navigation (DRAGON) Long Lead Items manufacturing and/or procurement in support of Full Rate Production (FRP).  In accordance with (IAW) FAR 52.215-3, Request for Information or Solicitation for Planning Purposes, this RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future.  This RFI does not commit the Government to contract for any supply or service whatsoever.  Furthermore, the Air Force is not seeking proposals at this time and will not accept unsolicited proposals.  Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense.  Not responding to this RFI does not preclude participation in any future solicitation, if one is issued.  If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of the potential respondents to monitor this site for additional information pertaining to this requirement.

•2.      Background & Description of Requirement
The E-3 AWACS, operated by the 552nd Air Control Wing at Tinker AFB, OK, provides the Combat Air Forces with airborne systems and personnel for theater surveillance, warning and control of strategic, tactical and special mission forces. The AWACS DRAGON program replaces aging, predominantly analog, non-sustainable equipment with modern, digital avionics systems that provide for future growth and enhanced operation, safety and reliability while reducing life cycle costs.  Overall, this program uses a systems approach to aid pilot awareness and alleviate task saturation in high technology flight and combat environments.  The requirement to reduce aircraft separation and implement other Air Traffic Management (ATM) procedures, while maintaining or improving safety standards, is met by using available aviation technology currently used in commercial and military aircraft.  Essential technology elements of the new Communication, Navigation, Surveillance/Air Traffic Management (CNS/ATM) environment are satellite-based navigation, increased use of data links for pilot/controller communication, and improved surveillance to enhance flight deck situational awareness.  For the E-3 AWACS aircraft to operate in this new environment, replacement of 1970s vintage analog flight deck equipment with currently available modern digital avionics is required.

DRAGON also replaces existing E-3 AWACS avionics with commercial off the shelf (COTS) avionics to maintain mission readiness being affected by significant Diminishing Manufacturing Sources and Material Shortages (DMSMS) impacts and to reduce life-cycle costs by addressing the most significant existing DMSMS issues.

 

With the Low Rate Initial Production (LRIP) contracts having been awarded, and with the solicitation for FRP forthcoming, the Government has identified long lead items that must be procured in advance of the FRP effort as highlighted in the attachment. The intent of this RFI is to understand which companies are capable of supplying all of the required long lead items in the attachment.

 

The scope of this effort is for the manufacturing and/or procurement of the items which will require the use of the DRAGON Technical Data Package.  Required documentation will be provided in a bidders' library at the time of a draft RFP, if one is issued.  Sample drawings and pictures will be provided as part of this RFI upon request to help vendors understand the scope of the effort.  The quantities listed in the attachment are approximate and subject to change.

•3.      Delivery Lead Time

Assuming a contract would be awarded no later than 31 December 2019, and delivery of parts would be required 16 July 2021, please indicate if any parts would not be delivered on time. 

•4.      Requested Information
The Contractor shall provide responses to the following Government questions:

•-          Can the Contractor manufacture or procure all of the items in the attachment?

•-          Can the Contractor manufacture any or all of the items listed above?

•-          Will the Contractor utilize subcontracting for the procurement or manufacture of any of the parts listed?

•-          Does the Contractor have an existing approved supplier base they will be drawing from for parts and services?

•-          Does the Contractor have the ability to reverse-engineer for missing design details and how long would that take approximately?

•-          Does the Contractor have or have access to potential required certified testing of components?

•-          Is the Contractor Cybersecurity compliant per DoD standards?

•-          Is the Contractor Supply Chain Risk Management compliant per DoD standards?

•-          What percentage of the Contractor's suppliers are domestic vs foreign?

•-          Is the Contractor International Traffic in Arms Regulations (ITAR) Compliant?

In the response the Contractor shall:

•-          Fill out the attachment as applicable

•-          Identify any potential schedule constraints that may be a risk to the on-time delivery of the parts in the attachment

•-          Discuss the Contractor's quality control processes which are required to complete this project

•-          Include a description of facilities, manpower and capabilities

•-          Describe ability to flex staffing and/or utilize alternative vendors to make up schedule or supply disruptions

•-          Include information on past experience in the manufacturing and shipping areas

•-          Provide a statement of assumptions and risks associated with this effort

 


 

•4.      Responses
Responses to this RFI will only be accepted via email.  If the Contractor anticipates submitting a response, send notification via email to the Contracting Officer, Capt Alexis Edwards alexis.edwards.2@us.af.mil and Contract Specialist, Mr. William Horrigan william.horrigan@us.af.mil no later than 5 days after publication of this announcement in order for the program office to provide drawings and documentation to interested Contractors.  Responses must be unclassified.  Proprietary information, if any, should be minimized and must be clearly marked. Final RFI responses must be received NLT midnight on 19 August 2019. 

 

QUALIFICATION INFORMATION:

The Government requests the following administrative information pertinent to the business unit responding to the RFI be included in the RFI response:

Company / Institute Name:

Address:

Point of Contact:

CAGE Code:

Phone Number:

E-mail Address:

 

A statement as to whether your company is a large or small business under NAICS code 334511, size standard 1,250 employees. Also indicate if you are: A non-profit entity, a small disadvantaged business, Section 8(a) small business, woman owned business, woman-owned small business, economically disadvantaged women owned small business, veteran owned small business, service-disabled veteran-owned small business, SBA certified small disadvantaged business, or a SBA certified HUBZone firm.

 

A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).

 

Advisory and Assistance Services (A&AS), Specialized Cost Services (SCS) and Federally Funded Research and Development Center (FFRDC) contractors will be reviewing data submitted in response to this RFI.  Employees of the companies listed below have standard Non-Disclosure Agreements (NDA) available to the Government contracting offices.  If additional NDAs are required please contact the Contracting Officer NLT 5 days prior to submittal of your RFI response. 

 

The list of A&AS/SCS/FFRDC contractors at Hanscom AFB are as follows:

 

Oasis Systems LLC

Torch Technologies

PCI

MCR Federal LLC

Mainsail Group

Quantech Services Inc

MITRE Corporation

 

5.  Questions
Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer and Contract Specialists.  Questions will be answered by e-mail; accordingly, questions shall not contain proprietary or classified information.  The Government does not guarantee that questions received after 10 days of the publication date of this RFI will be answered. 

6.  Summary
This RFI is issued solely for information and planning purposes and does not constitute a solicitation nor is it authorization to incur cost for which reimbursement would be required or sought. The Government does not intend to award a contract on the basis of this RFI and responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. All submissions become Government property and will not be returned.

 

Attachment:

Long Lead Items for Full Rate Production


William M. Horrigan, Contract Specialist, Phone 7812253414, Email william.horrigan@us.af.mil - Alexis J. Edwards, Contracts Manager, Phone 781-271-2641, Email alexis.edwards.2@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP