The RFP Database
New business relationships start here

B-52H Egress Trainers


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

 
B-52H Egress Trainer

NSN:  6910-00-083-2174

16 July 2019


 


THIS IS NOT A REQUEST FOR PROPOSAL (RFP) SOLICITATION. RFP REQUESTS WILL NOT RECEIVE A RESPONSE. 

"Notice to Offeror(s)/Supplier(s): Funds are not available for this effort.  No award will be made under this Sources Sought Synopsis (SSS)/ Request for Information (RFI) Market Survey.  The Government reserves the right to cancel this SSS/RFI, either before or after the closing date.  In the event the Government cancels this SSS/RFI, before or after the closing date, the Government has no obligation to reimburse an Offeror for any costs."

 

This Sources Sought Synopsis (SSS) /Request for Information (RFI) Market Survey is being conducted by the United States Air Force to identify potential sources that may possess the expertise, capabilities, and experience to meet the qualification requirements for upgrade and fabrication of B-52H Egress Trainers, and to determine if this effort can be competitive or a Small Business Set-Aside.

 

While industry sources are requested to provide full and comprehensive responses to this questionnaire, they are reminded that all information is voluntary, and the Government will not reimburse sources in any way for responses provided.  Likewise, a company's participation in the market research via this questionnaire does not obligate the Government to enter into any contractual agreement, either formally or informally, with a company.

 

Any resulting procurement action will be the subject of a separate, future announcement.  The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to nay solicitation release.

 

Questions relative to this market research should be addressed to Stephen N. Palmer, B-52 Contracting Officer by email at stephen.palmer@us.af.mil

 

The proposed North American Industry Classification Systems (NAICS) Code is 488190. The Government will use this information to determine the best acquisition strategy for this procurement.  The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, 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 response involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 

 

This Sources Sought is to notify companies that the U. S. Air Force is seeking sources for the upgrade of two B-52H Egress Trainers and the development, fabrication, and fielding of a third B-52H Egress Trainer to support B-52H Weapon Systems training.

 


The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish, repair/overhaul/fabrication and or upgrade, test, preservation and packaging, and return of the B-52H Egress Trainers to the government in a completely serviceable condition at the unit prices established at the time of a contract award.


Additionally, the contractor may need to acquire license agreements from the Original Equipment Manufacturer (OEM), in order to obtain rights to all required data, including military specific modifications.


The contractor may be responsible for recurring and nonrecurring engineering services associated with becoming a qualified source.  The contractor may be responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement, reparable forecasting, obsolescence issues, and delivery of serviceable assets.


The specific requirement for this effort is found below.

Estimated Solicitation Issue Date:  TBD

Estimated Solicitations Closing/Response Date:  TBD

PR#:  TBD

Nomenclature/Noun:  B-52H Egress Trainer


NSN:  6910-00-083-2174
Application:  B-52H


Repair Requirement


Reference tech data for this NSN is below.


Qualification Requirements are available.


BACKGROUND:  The B-52H Egress Trainer is a three-panel training device. The primary purpose of this trainer is to display the ejection seats as installed in the B-52H aircraft, and to demonstrate basic seat functions, seat maintenance, ejection procedures, and cockpit environmental conditions. The upward-ejection pilot seat and downward-ejection navigator seat are reproduced on two of the trainer panels, as representative aircraft installations. Components of each panel are the horizontal base panel, the structural tubular frame which mounts the ejection seats, the ejection seats themselves, and associated mechanical, pneumatic, structural, and electrical components.


Panel I contains the simulated pilot escape hatch and ejection seat section containing the pilot ejection seat and control column mechanisms which operate independently of the lower ejection seat section (Panel II). A working simulation of the pilot escape hatch is incorporated on Panel I over the pilot ejection seat to maintain sequential continuity and provide training opportunities. Panel I also contains the compressor and air bottles, power box, and emergency alarm flasher.


Panel II is comprised of the navigator ejection seat and navigators table.


Panel I and II use a common air supply and common electrical supply. Additionally, there is an external air source in the event that the onboard air compressor malfunctions.


Panel III contains a radar navigator's actual escape hatch.


Each egress trainer panel is equipped with a waterproof canvas cover for protection during storage or shipping. The components therein are of trainer design and do not necessarily relate to the appearance or function of airplane units. Explosive charges used on the aircraft to actuate units of the ejection system, are replaced on the trainer by specially designed pneumatic units with the same exterior appearance and envelope as the operational aircraft. Ejection seats must provide power actions similar to the aircraft and incorporate a partial egress sequencing movement that is seen and noticeable utilizing pneumatic pressure, not to exceed 200 psi. The B-52H Egress Trainer must be able to connect with common building power.


Technical Orders applicable to this sources sought synopsis are as follows:


Technical Order                    Equipment                                                                 DATE


13A5-49-4-WA-1 IPB            Downward ejection seats                                            18-Feb-2016


13A5-51-4-WA-1 IPB            Upward ejection seats                                                 10-May-2015


1B-52H-2-36GA-1 Ch. 2-4    Upward/Downward seats and hatches                        15-May-2014


43E24-5-2-101-4                    Ejection Seat System Trainer Mobile Training Set    15-Oct-2011


 


Primary POC for Technical questions regarding this sources sought (including availability of Technical Orders) or Qualification Requirements (if available) is Tinker Public Sales Office, 558cbss.gbhba.psd@tinker.af.mil for Drawings & 420scms.to.sales@tinker.af.mil for TOs.


 


B-52 System Program Office Program Manager is Mitchell Nauman, AFLCMC/WWDP. Commercial phone number:  405-734-0709. E-mail:  j.nauman@us.af.mil


 


 


 


 

 

 

 

 

 

 

 

 

 

 

QUESTIONAIRE

 

Respondents should provide a general background on their experience as an integrator on the

B-52H airframe and specifically their experience with fabricating aircrew training systems or maintenance training devices.  The North American Industry Classification System (NAICS) Code is 336413 - "NAICS Description" (Size standard $32.5M). 


 

Interested sources are encouraged to provide answers to the following questions.  Please provide as much detail in your responses as possible.

 

I. COMPANY INFORMATION

 

1. Company Name:

2. CAGE Code:

3. Address (Including Telephone No. and E-Mail Address):

4. Points of Contact:

5. Size of business pursuant to North American Industry Classification System (NAICS) Code:

488190, size standard $35.5 Million

6. Based on the above NAICS Code, state whether your company is:

•           Small Business                                                (Yes / No)

•           Woman Owned Small Business                      (Yes / No)

•           Small Disadvantaged Business                       (Yes / No)

•           8(a) Certified                                                  (Yes / No)

•           HUBZone Certified                                        (Yes / No)

•           Veteran Owned Small Business                      (Yes / No)

•           Service Disabled Veteran Small Business      (Yes / No)

•           Central Contractor Registration (CCR)          (Yes / No)

7. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership)?

 

II. GENERAL COMPANY INFORMATION

 

1. Describe your company's primary business product/service line.

 

2. Is your company compliant with Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) controlled information? If so, please provide detailed information.

 

3. Is your company International Organization for Standardization (ISO) 9001 Quality Management System or SAE AS9100C Certified?  If so, which one and please describe your quality assurance program?

 

4. Does your company have experience with generating, storing, and submitting all unclassified Contract Data Requirements List (CDRL) and Data Accession List (DAL) items to document contractual tasks?

 

5. Describe your company's previous experience provisioning for USAF contracts providing Item Unique Identification (IUID) information, projecting usage rates, and providing Interim Contractor Support (ICS).

 

III. TECHNICAL CAPABILITIES

 

*This RFI is for the upgrade and fabrication of B-52H Egress Trainers.  Responses should reflect the prospective company's ability to perform these tasks.

 

1. Provide detailed description of your company's experience with:

•a.       Upgrading, designing, testing, integrating, qualifying, and documenting Aircrew Training Systems (ATS) or Maintenance Training Devices (MTD)

•b.      Testing capabilities and facilities that will be used for the upgrade and fabricate the B-52H Egress Trainers

•c.       Developing requirements and specifications for aircraft or training system items

•d.      Integration of new and existing hardware with B-52H systems

•e.       Interface Control Drawings (ICD) and Product Drawings

•f.        Performing Configuration Control and Management for manufactured items

•g.      Describe your company's experience with environmental testing (MIL-STD-810G)

•h.      System Safety Hazard Analysis Report

•i.        Safety Assessment Report (MIL-STD-882E)

•j.        Operating and Support Hazard Analysis (O&SHA) (MIL-STD-882E)

•k.      Health Hazard Analysis (MIL-STD-882E)

•l.        Formal Qualification Testing

•m.    Engineering Drawing and configuration management

•n.      Development of U.S. Air Force or other U.S. Military Technical Order Development

•o.      Reliability and Maintainability engineering/analysis

•p.      Program Management

•q.      Aircraft Maintenance and Operator Training

•r.        Logistics supportability analysis

•s.       Supply Chain Risk Management

•t.        Systems Engineering

•u.      Selection of subcontractors and subsystem components

•v.      MTD electrical system design, fabrication, installation, and testing

•w.    Configuration Management

•x.      Modification, and checkout services

•y.      Production management and deliveries

 

2. Provide examples of past performance (Evidence of contracts with similar scope, Evidence of contracts with similar size and complexity, Evidence of contracts with similar geographic coverage, Evidence of customer service and timeliness of services, References and Quality).

 

3. What experience does your company have with developing and writing technical publications, technical orders and technical drawings?  Include experience with, and development of MTD modification technical data package.

 

4. Does your company have experience producing detailed maintenance manuals, schematics, product drawing packages, training program development and management plans, test reports, provisioning data, and other similar type documents for MTD development?   If you answer affirmatively, please provide a detailed description of the work. 

 

IV. BUSINESS PRACTICES

 

1. If your solution proposes proprietary data, are you willing to sell all the proprietary data to the Government?

 

2. What data rights will be granted to the government for hardware products/documentation you produce?

 

3. Describe your company's Earned Value Management (EVM) capability.

 

4. Does your company have experience with long-term contracts or purchasing agreements?   If so, what is your longest long-term contract?

 

5. Does your company offer a standard warranty on your products?  Does it cover parts, labor, and /or technical support?  What is the standard time duration?

 

6. For this effort would your company need to subcontract any part of the work?  If so, please provide a detailed response.  Indicate whether the subcontractor will be a small or large business.

 

7. Provide comment on opportunities for technical and/or cost tradeoffs in this program.  What kind of tradeoff approach does your company recommend?

 

8. Provide comment on possible contract incentives your company thinks would encourage industry to deliver this program in an accelerated manner and/or at lower cost.

 

9.  Describe your capabilities and experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis and cost management.

 

10. Describe your company's process in identifying Diminishing Manufacturer Sources (DMS) parts and services.

 

11. Describe your company's experience in creating, maintaining, and managing an Integrated Master Schedule (IMS). 

 

 

V. INFORMATION ON DRAFT SPECIFICATIONS

 

•a.       Please identify any comments or questions for any information that is needed or that requires additional detail and/or clarification.

•b.      Did your company identify any areas of this RFI that presented excessive cost, schedule, or performance risks?  If so, please provide detailed information and suggested mitigation.

 

CONTRACT TYPE AND COMPETITION

 

AFLCMC B-52 System Program Office (SPO)/WWDP is considering a Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF) or Best Value EMD and Firm Fixed Price (FFP) production/procurement contract types.  Projected Period of performance is 12 months EMD (Engineering Software Development/Design/Code/Integration) and test/qualification. 

The Air Force is also contemplating IAW FAR Part 6.1 Full and Open Competition unless Market Research otherwise determines and exclusion to FAR Part 6.1. 

 

Please provide feedback in regards to contract type preference, justification, and period of performance.

 

A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.  Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.

 

This is NOT a formal notice of solicitation.  Telephone or facsimile inquiries and/or responses will not be accepted.

 

POC will post all responses to Federal Business Opportunities (FedBizOpps.gov) in order that all potential sources have the same information available to them.


 

Written responses, no facsimiles or e-mails.  Please mail two (2) copies of your responses of Section I through VII above to:

 

CONTRACTING OFFICE POC

Name:  Stephen Palmer

Title: Contracting Officer, B-1/B-52 Branch

Address: AFLCMC/WWK

               3001 Staff Dr., Suite 2AG85B

               Tinker AFB OK 73145-3015

Phone #:  (405) 739-4469                                                                

Email:  stephen.palmer@us.af.mil

 

All offers have 30 days from the date of publication to Fed Biz Ops to respond to this Request for Information.

 

"Notice to Offeror(s)/Supplier(s): Funds are not available for this effort.  No award will be made under this Sources Sought Synopsis (SSS)/ Request for Information (RFI) Market Survey.  The Government reserves the right to cancel this SSS/RFI, either before or after the closing date.  In the event the Government cancels this SSS/RFI, before or after the closing date, the Government has no obligation to reimburse an Offeror for any costs."


 


Stephen N. Palmer, Contracting Officer, Email stephen.palmer@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP