The RFP Database
New business relationships start here

C-5 Communication, Navigation, Surveillance/Air Traffic Management (CNS/ATM) Production Kitting


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

Synopsis:

1. Request for Information (RFI) for Planning Purposes


This Sources Sought is in accordance with Federal Acquisition Regulation (FAR) 52.215-3 - Request for Information or Solicitation for Planning Purposes (Oct 1997). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.


The Air Force Life Cycle Management Center (AFLCMC), Mobility Directorate, C-5 Division (WLS), Wright-Patterson Air Force Base, Ohio is updating Market Research to identify companies that may have an interest in, and possess the capabilities to provide, production assistance with some elements associated with the C-5 Communication, Navigation, Surveillance/Air Traffic Management (CNS/ATM) upgrade effort.


This Sources Sought inquiry is looking to identify companies who would be capable in assisting with the production program tasks listed below:


1.1.1. Procuring Group A hardware, receiving and storing Group B hardware, provided as GFP, assembling, and delivering fifty (50) CNS/ATM modification kits to the Warner Robins Air Logistics Center (WR-ALC) Depot facility.
1.1.2. Providing procurement and delivery of initial spares and Peculiar Support Equipment (PSE).
1.1.3. Providing production kits for five (5) Weapon System Trainers (WSTs).
1.1.4. Providing production kits for two (2) Aircraft Maintenance Systems Trainer (AMSTs).
1.1.5. Providing Sustainment Engineering for the CNS/ATM modification effort.
1.1.6. Providing System Engineering, security analysis, and Diminishing Manufacturing Source (DMS) management for suitable substitutes as required (excluding APX-119, ARC-210 and Crypto).
1.1.7. Providing Interim Contractor Support (ICS) for CNS/ATM modification.
1.1.8. Providing an option for procurement of 50 Satellite Communications (SATCOM) Aero H+/Swift Broadband (SBB) MCS 7120 system units (must have a robust procurement ability to meet an aggressive schedule).

These requirements are described in further detail below. Companies should assess their ability to provide a proposal for these activities and potentially initiate contract performance without a complete Technical Data Package (TDP). A company should identify any other additional information it requires to adequately respond to a United States Government (USG) request for proposal using a preliminary TDP. Companies shall address the reasonableness to meet the schedules presented below for each year, taking into account that a final TDP may not be available until Sep 2019.


The USG does not intend to award a contract on the basis of a Sources Sought submittal or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in Federal Acquisition Regulation (FAR) 31.205-18 -- Independent Research and Development and Bid and Proposal Costs. Companies responding to this sources sought are advised that participation does not ensure involvement in future solicitations or contract awards. The Government will not reimburse any company or individual for any expenses associated with preparation or participation in the notice. Respondents are solely responsible for all expenses associated with responding to this Source Sought notice.


2. Program Requirements


2.1. Program Description
The C-5M aircraft's primary mission is to provide strategic airlift in support of the United States Air Force's peace and war time missions. The C-5 users are represented by the Air Mobility Command (AMC), and Air Force Reserve Command (AFRC). At this time there are no current or planned international operators of this weapons system.


The C-5M CNS/ATM Upgrade consists of several avionics modifications to the C-5M Super Galaxy to include: upgrades to the ARC-210 radio and Crypto, and an upgrade of legacy voice civilian SATCOM equipment. These modifications are required due to multiple civil and federal mandates required for access to preferred airspace and will additionally be used to mediate diminishing manufacturing source of supply issues. The Engineering and Manufacturing Development (EMD) portion of the program is currently being performed by Lockheed Martin Aeronautics of Marietta, Georgia. Production installations are expected to be performed by Warner-Robins Air Logistics Complex (WR-ALC), Robins Air Force Base, Georgia, and are expected to start in Jun 2020 and last through 2023.


2.2. Capability Required
The contractor shall be responsible for:
2.2.1. Procuring Group A hardware, receiving and storing Group B hardware, provided as GFP, building, storing and delivering 50 C-5M CNS/ATM modification kits, which shall include SATCOM Aero H+/SBB MCS 7120 system (comprised of a Satellite Data Unit (SDU), type F diplexer low noise amplifier (D/LNA) and antenna.
2.2.2. Providing procurement and delivery of initial spares for Group A hardware and PSE.
2.2.3. Providing production kits for five (5) Weapon System Trainers (WSTs).
2.2.4. Providing kits for two (2) Aircraft Maintenance System Trainers (AMSTs).
2.2.5. Providing Sustaining Engineering for the CNS/ATM modification effort to include: requests for engineering assistance through the TO 00-25-107 process, Maintenance Assistance, and AFMC Form 202, Nonconforming Technical Assistance Request and Reply, deficiency reporting/analysis support, Failure Reporting, Analysis, and Corrective Action System (FRACAS), submitting reliability and maintainability data for updating the G081 database, and monitoring Mean Time To Repair (MTTR) and Mean Time Between Failure (MTBF) metrics.
2.2.6. System Engineering, security/cyber analysis, DMS management for suitable substitutes as required (excluding APX-119, ARC-210 and Crypto).
2.2.7. Providing Initial Contract Support (ICS) for the CNS/ATM modification (excluding the Controlled COMSEC Items to include the ARC-210 radios, KY-58M, and KYV-5M). ICS support will include supply chain management for the Group A and Group B hardware, managing spares levels, and product repair.
2.2.8. An option to procure the SATCOM Aero H+/SBB system MCS 7120 (must have an robust procurement ability to meet an aggressive schedule; contract award is expected to be in place in May 2019; kit deliveries must start early Jun 2020).


2.3. CNS/ATM Kit Delivery Schedule
Contract award for the scope covered by this sources sought is notionally scheduled to occur by 31 May 2019. However the deliveries of some Group B Government Furnished Equipment (GFE) LRUs may not start until the end of Mar 2020. The Government requires modification kits to support the installation schedule, therefore the deliveries shall occur by specific dates for each individual kit which the USG will establish in the Request for Proposal (RFP). The timeliness of meeting each kit's specific delivery date is a critical element of this program and will be addressed in Contractor Performance Assessment Reports (CPARs). Deliveries of each lot shall typically occur over a 12 month period, with the exception of Lot 1 which will have a compressed delivery schedule for the first several units.
• Lot 1: 21 kits delivered starting not later than 1 Jun 2020 and ending by 31 May 2021 with the first batch of 5 kits expected to be delivered early Jun 2020
• Lot 2: 22 kits delivered starting not later than 1 Jun 2021
• Lot 3: 7 kits delivered starting not later than 1 Jun 2022


2.4. C-5M WST Kit Delivery Schedule
The contract will include an option for execution in either FY2019 or FY2020 to procure five (5) WST kits.


2.5. C-5M AMST Kit Delivery Schedule
The contract will include an option for execution in either FY2019 or FY2020 to procure two (2) AMST kits.


2.6. Procurement
Potential offerors may need to enter into appropriate arrangements with both the aircraft and component level Original Equipment Manufacturers (OEM). The CNS/ATM configuration was designed and tested in the EMD phase of this program, and it is the baseline for this effort. Offeror recommendations for changes to the CNS/ATM configuration will not be considered. The current OEMs for the CNS/ATM program are as follows:


• Lockheed Martin Aeronautics - Marietta, GA (Prime OEM for the Airframe)
• Honeywell - Canada (SATCOM Aero H+/SBB MCS-7120)
• Rockwell Collins - Cedar Rapids, IA (ARC-210 radios)


Note: the organic technical repair center for aircraft depot-level maintenance is Warner-Robins Air Logistics Complex (WR-ALC), Robins Air Force Base, Georgia.


2.7. Kit Builds
Potential offerors are expected to build kits in accordance with Government-approved drawings. Formal technical data packages are not set for release until Sep 2019. The offeror should assume no parts (i.e. bench stock, work order residue, etc.) called out in the provisioning parts list are available at the upgrade installation site -- all items shall be provided as part of each individual kit. It shall be the contractor's responsibility to immediately replace any unserviceable or defective parts provided within the kits. The contractor shall be responsible for supporting Inspection/Kit proof/Physical Configuration Audit (PCA) to verify component manufacturing and assembly quality, dimensional accuracy, workmanship, finish, and compliance with the Government TDP. The contractor shall be responsible for correcting any findings from the kit proof/audit, if required.


2.8. Kit Deliveries
For planning purposes, the Government will accept CNS/ATM kit delivery at WR-ALC, Robins Air Force Base, Georgia. WST and AMST kit delivery locations will be provided in the RFP. The contractor shall be responsible for managing the deliveries of all kits. On time arrival of kits at the Depot Installation Facilities may be incentivized.


2.9. Security Requirements
Contractors shall be required to have a SECRET clearance to gain access to Government and contractor facilities. The effort described in this sources sought may require access to export controlled data and software in accordance with the Arms Export Control Act (Title 22, U.S.C., Sec. 2751, et seq.) or the Export Administrative Act of 1979, as amended, (Title 50, U.S.C., App 2401, et seq.). The data and software shall be provided in accordance with Department of Defense Directive 5230.25 enclosure 5. For prime and/or subcontractors under Foreign Ownership, Control or Influence (FOCI), eligibility to participate in any solicitation associated with this effort will be dependent on the agency's determination that the contractor has adequate controls in place to ensure the proper protection of the export controlled data and software.


2.10. Contract Specifications
The Government plans to use priced contract "options" by Lot year that best meet the needs of the Program measured in cost, schedule, and technical performance. Lot 1 kits are notionally scheduled to be on contract as early as May 2019.


2.11. Warranties
The contractor shall establish a Warranty Management Program to provide for the administration of pass-through standard contractor, subcontractor, and supplier warranties.


2.12. Modification Description
The contractor shall be required to fabricate, procure, and provide warehousing and kitting services for CNS/ATM aircraft Group A and Group B kit components required for aircraft modification. The CNS/ATM modification includes replacing and/or installing system line replaceable units, incorporating a software load port at an existing load panel, and adding cabling between the load port and the APX-119 transponder. In addition, the modification includes structural components and hardware, as well as wiring and attaching hardware. The detail below identifies some of the components:


•Group A
 Kit Component: Group A Hardware
 Part#: TBD
 Quantity per kit: TBD
 Source: TBD

•Group B
 Kit Component: Civilian SATCOM/SBB MCS-7120 (HD-710 SDU)
 Part#: 1252-A-3800-01
 Quantity per kit: 1
 Source: Honeywell; may be provided as GFP; requires ICS; option to procure for USG


 Kit Component: Civilian SATCOM/SBB MCS-7120 Antenna (AMT-3800) including Type F Diplexer/Low Noise Amplifier
 Part#: 1242-K-0001-521
 Quantity per kit: 1
 Source: Honeywell; may be provided as GFP; requires ICS; option to procure for USG



2.13. C-5M CNS/ATM Initial Spares and PSE
The contractor shall be responsible for procuring and delivering CNS/ATM initial spares and PSE. The USG will provide a list of initial spares and PSE to be procured.


2.14. C-5M Systems Engineering, Security, and DMS Management
The contractor shall provide System Engineering, security analysis, and DMS management for suitable substitutes as required (excluding APX-119, ARC-210 and Crypto).


2.15. Interim Contractor Support (ICS) Description
The contractor shall be required to provide four years of ICS beginning Sep 2019. The scope of the ICS effort is limited to the CNS/ATM modification components being integrated onto the aircraft, but excludes support for the ARC-210 radios, the KY-58M and KYV-5M. The contractor shall be responsible for the following tasks:

2.15.1. Product Support Management:
 a. Establish a team to provide dedicated Product Support
 b. Provide meeting support for program stakeholders
 c. Establish Core Logistics Schedule that meets programmatic milestones


2.15.2. Supply Chain Management:
 a. Serve as the Inventory Control Point for any CNS/ATM peculiar hardware and PSE
 b. Establish, monitor, and manage CNS/ATM spares levels and recommend adjustments to the spares levels to support the modified aircraft fleet
 c. Provide direct and indirect services required for repairing CNS/ATM hardware and PSE
 d. Provide replacement for defective/damaged/missing part, managed by the contractor, in an expedited manner
 e. Maintain calibration for the CNS/ATM PSE
 f. Manage Government Furnished Property


2.16. Facilities
Provide facilities for storage of kits, spares, and support equipment, GFP and Government Furnished Information.


2.17. Manpower
Ensure sufficient manpower to support the schedule.


2.18. Packaging, Handling, Storage, and Transportation (PHS&T):
2.18.1. Ensure PHS&T meet local, state, and federal standards.
2.18.2. Implement and maintain preservation, packaging, packing and marking of all materials/items to protect against physical damage, mechanical damage and other forms of degradation during storage, handling and shipment.
2.18.3. PHS&T, and property marking, must be in accordance with MIL-STD-129, Military Marking for Shipment and Storage, and MIL-STD-130, Identification Marking of U.S. Military Property. PHS&T must be in accordance with Air Force Materiel Command (AFMC) Form 158, Packaging Requirements.


3. Company Response


Both large and small businesses are encouraged to participate in this Sources Sought notice. These responses will enable the Government to identify interested vendors and ensure required capabilities are available in the marketplace. It is advised that all respondents provide sufficiently detailed answers to the capability questions to allow the Government to determine if your company has the ability to provide the requisite effort to support the current modification schedule.


3.1. Business Information
In response to this Sources Sought, please provide the following business information for your company/institution and for any teaming or joint venture partners:
• Company/institute name:
• Address:
• Point of Contact
• Commercial and Government Entity (CAGE) Code:
• Phone number:
• E-mail address:
• Web page URL:
• Size of business pursuant to North American Industry Classification System (NAICS) Code: 336414, Other Aircraft Part and Auxiliary Equipment Manufacturing. Size standard: 1,000 employees. Based on this NAICS Code, state your company business size. If you are a Small Business (SB, WOSB, SDB, 8(a), HUBZone, VOSB, SDVOSB), please explain whether your company would be capable of meeting the requirements of FAR 52.219-14, Limitations on Subcontracting.
• 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 Owned Small Business (Yes / No)
• Large Business (Yes / No)
• System for Award Management (SAM) registered (Yes / No)
• Statement verifying company is domestically owned (Yes / No)


3.2. Capability Survey Questions
3.2.1. Describe your company's ability to provide all the requirements of this program, as discussed in this Sources Sought notice.
3.2.2. Specifically identify limitations your company may have to meet the requirements presented here. Specify if you can provide only partial requirements.
3.2.3. Describe your company's ability to meet the kit delivery schedule.
3.2.4. Describe your company's ability to surge and meet the notional expedited kit delivery requirements during the first several months of contract performance.
3.2.5. Describe your company's experience managing Interim Contractor Support for aircraft modification efforts.
3.2.6. Describe your company's past experience supporting production Military Certificate of Airworthiness packages, per aircraft installation.
3.2.7. Describe your company's experience with addressing Integrated Logistics Elements into a production effort without all technical data being available at program inception.
3.2.8. Describe your company's capabilities and experiences in delivery of materials to meet cost, schedule, and performance metrics at multiple locations in the continental United States.
3.2.9. Describe your company's past experience on previous programs (no more than three examples) similar in complexity to this requirement. Include contract numbers, a brief description of work performed, the period of performance, agency/organization supported, and individual point of contacts (Contracting Officer or Program Manager). Include your role in each of these projects.
3.2.10. Describe your company's ability to assemble kits in a short time frame (the USG estimates 45 days between delivery of the last GFP LRUs and shipment of the completed kit from your company to the depot for installation), provide an estimated schedule to produce Group A components and to assemble final kits once other components are received.
3.2.11. Describe your company's ability to handle Controlled Cryptographic Items, and describe your available Crypto equipment storage.
3.2.12. Describe previous experience providing System Engineering services similar to the requirements described in this notice.
3.2.13. Describe your experience and ability to establish subcontract relationships, and provide proactive subcontract management.
3.2.14. Describe your experience and ability to produce kits containing multiple GFP and Contractor Furnished Equipment components.
3.2.15. Describe your company's ability and timeline to contract for the SATCOM equipment option.


3.3. General Corporate Information
In response to this Sources Sought, please provide the following general information for your company/institution and for any teaming or joint venture partners:
3.3.1. Describe briefly the capabilities of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure.
3.3.2. Describe the major risks you foresee in executing a production effort of this scope. What steps are you likely to take in order to mitigate the risks?
3.3.3. What data will you require of the Government to assemble a proposal for this effort?


3.4. Submission Instructions


Respondents should indicate which portions, if any, of their response are proprietary and should mark them appropriately. Formal responses should be e-mailed to the Contracting Officer, Mr. Justin Buschagen, at aflcmc.wlsp.cnsatm_production@us.af.mil. Request responses by close of business 29 March 2017.


Technical questions regarding this sources sought should be directed to Ms. Monika Mapley, Program Manager, by e-mail at: aflcmc.wlsp.cnsatm_production@us.af.mil or called at (937) 656-7552.


Direct and concise responses are preferred. Marketing material is considered an insufficient response to this Sources Sought. Please limit responses to no more than 25 single-sided, 8.5"x11", pages. A point of contact that can speak for the responding company should be identified to support further Government inquiries as well as explanations that might be needed in regard to the provided information.


Contracting Office Address:
2275 D Street
Wright-Patterson AFB, Ohio 45433-7218
United States


Justin D. Buschagen, Contracting Officer, Phone 937-656-9175, Email aflcmc.wlsp.cnsatm_production@us.af.mil - Monika K. Mapley, Program Manager, Phone 937-656-7552, Email aflcmc.wlsp.cnsatm_production@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP