The RFP Database
New business relationships start here

C-5M Super Galaxy Alternative Modification Installation (AMI)


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

Sources Sought Synopsis
C-5M Super Galaxy Alternative Modification Installation (AMI)


Purpose



The C-5M Super Galaxy System Program Office (SPO) is issuing a Request for Information (RFI) to small business with a North American Industry Classification System (NAICS) Code(s) of 336411 and 336413.  The RFI as defined in Federal Acquisition Regulation (FAR) Part 15.201(e) is being issued to obtain information about capabilities and market information related to performing modifications for the C-5M Super Galaxy aircraft.  The United States Government (USG) is evaluating awarding a small business contract to secure depot level modification install capability as an alternative to the Warner Robins Air Logistics Complex (WR-ALC) at Robins Air Force Base, GA.  The potential workload comprises of installing the following modifications on all C-5M aircraft:


• Core Mission Computer and Color Weather Radar (CMC/WxR) system upgrades
• Communications, Navigation, Surveillance, and Air Traffic Management (CNS/ATM) System upgrades
• Block 30 Upgrade for AN/AAQ-24(V) Large Aircraft Infrared Countermeasures System (LAIRCM)
• Pylon Hydraulic Check Valves installation


Per FAR 52.215-3(a), this RFI is not a request for competitive proposal or quotation.  Responses to this notice are not considered offers and cannot be accepted by the USG to form a binding contract.  Companies that respond will not be paid for the information submitted except as an allowable cost under other contracts as provided in FAR Part 31.205-18, “Bid and Proposal Costs.”  Industry responses to this RFI will be assessed and may assist in potential future source selection actions.


The USG will utilize non-USG personnel to assist in evaluation of responses to this RFI.  The role of these non-USG personnel is to function as technical advisors to the USG reviewers.  These non-USG personnel will have access to the information submitted in response to the RFI, and will provide technical expertise and/or advice as required.  All non-USG personnel have Non-Disclosure Agreements on file with the USG.

DESCRIPTION


The USG wants to establish an alternative capability/location to Warner Robins-Air Logistics Complex (WR-ALC) to perform modification work on C-5M Aircraft.  The selected contractor will need to demonstrated capability to launch and recover C-5M Super Galaxy aircraft, perform Basic Post Flight and Preflight inspections, perform modification work in accordance with a fixed timeline, provide secure storage, order parts, receive, inventory and issue parts kits, and perform operational checks associated with the modifications.  The modification installation effort is expected to commence in mid-to-late FY2020 and flow nose-to-tail through FY2024.


The USG will provide required Time Compliance Technical Orders (TCTOs), drawings and associated engineering data, peculiar test equipment (where applicable), modification kits (Group A and Group B components) and modification computer programs (software), as applicable.  The Contractor shall provide all personnel, common equipment (Ground Support Equipment (GSE), and Common Test Equipment (CTE), tools, materials, facilities (at a minimum- a C-5 hangar or equivalent, ramp space, secure storage, airfield), management, and non-personnel services necessary to perform the modifications.  The TCTO modification installations shall be worked concurrently to the most extent possible.


The CMC/WxR modification will require the addition of a new WxR-2100 radar system, boresight alignment of the radar system avionics upgrades to include Versatile Integrated Avionics / Avionics Interface Units, Video Distribution Units, UHF/Antennas Bunk Panel, Waveguide Assembly, update of the Operational Flight Program (OFP) software, limited modification of secondary structures, and addition and/or removal of a limited amount of electrical wiring.  


The CNS/ATM modification will require exchange of avionics components (AN/ARC-210, Receiver - Transmitter (RT)-1990A(C)/ARC-210 - Generation 6 radios, and KY-58M and KYV-5M Cryptographic (Crypto) components), the replacing of the satellite communication system (SATCOM), to include an antenna on the forward dorsal fuselage area, update of the OFP, limited modification of secondary structures, and addition and/or removal of a limited amount of electrical wiring.
 
The LAIRCM Block 30 modification will require the removal and replacement of several form/fit Line Replaceable Units (5 Missile Warning Sensors, 1 System Processor, and 1 Control Indicator Unit), removal and re-installation of 3 Pointer/Tracker Assemblies, completion of the LAIRCM Alignment Measurement, installation of LAIRCM software update(s), and the addition of electrical wiring to include Ethernet and MIL-STD-1553.  The LAIRCM Alignment Measurement procedure requires the following environmental conditions when performing the procedure:


• Temperature between 45-85 degrees F and shall not vary by more than 10 degrees during the procedure
• Wind shall not be more than 3 knots max
• No precipitation
• To be conducted in a hanger, at night, or during overcast conditions


Note:  Stabilization of the airplane with six (6) Fuselage Jacks is required to perform the LAIRCM Alignment Measurement


The Pylon Hydraulic Check Valve modification will require installation of a pressure side hydraulic check valve at each pylon-wing interface.  The check valve will replace an existing union.  The extra length of the hydraulic check valve requires the hydraulic flex hose or a hard hydraulic tube in each pylon is to be replaced with a shorter length.


REQUIRED RFI RESPONSE


All responsible sources may submit information in response to this RFI.  Responses to this RFI are due no later than 25 October 2019. Responses should be submitted to Mr. Rex Shearin, AFLCMC/WLSK, via electronic mail at rex.shearin.1@us.af.mil. ; Hard copy submittals are not required.  If late information is received, it may not be considered by the USG reviewers, depending on agency time constraints.  Please note: the USG is not required to provide feedback to RFI Responders.


RFI responses shall be submitted in White Paper format, and shall address requested information listed below.  Your submittal shall be provided on standard letter-size 8-1/2 by 11 inch paper, with normal margins.  The responses shall be concise, focused, and limited to 20 pages.  The font for text shall be Times New Roman 12-point or larger.  The responder may use oversized pages (including “foldouts”) where appropriate to contain graphic presentations, and these do not count as extra pages within the page limitations.  However, such oversized pages must be folded to the standard 8-1/2 by 11 inch format. Submitted responses shall be in Microsoft Word or searchable Adobe Acrobat (Portable Document Format (PDF)) format.  Existing commercial documentation and product literature may also be submitted and is not subject to a page limitation.


Responses must be unclassified and any Proprietary information provided must be marked accordingly.  To protect such data, each line or paragraph on the pages containing such data must be specifically identified and marked with a legend similar to the following:


“The following contains proprietary information that (name of Responder) requests not be released to persons outside the USG, except for the purposes of review and evaluation.”


Request your responses address the following:
Part I. Business Information
1.1 Company/Institute Name
1.2 Company Type
1.3 CAGE Code 
1.4 NAICS Code
1.5 Company Website URL
1.5 Company Point of Contact
a. Name
b. Telephone number
c. Email address
d. Mailing address for primary work location


Part II Capability/Capacity Survey Questions and Requested Information


2.1 Describe your company’s ability to provide the engineering, technical, and production expertise to accomplish modifications to the C-5M Galaxy.


2.2 Is your company able to transition from contract award to production within 90 days (people, facilities, tools, work control documents, support equipment, common test equipment etc.)? [Ref Attachment 1, Sample Support Equipment and 1a Sample Common Test Equipment Listing]


2.3 Does your company have the ability to develop record TCTO work control documents/packages (Workbooks, Work Cards, and Definitized Guides) from top level drawings?


2.4 Describe your company’s available physical capacity, to include access to hangar space necessary to fully enclose at least one (1) C-5M aircraft and airfield/ramp/parking space details to accommodate a minimum of two (2) C-5M aircraft concurrently. [Ref attachment 2, figures 3.1 and 3.2]


2.5 Describe your company’s ability to support C-5M aircraft induction, basic post flight inspection, de-service/service capability (fuel, liquid oxygen and liquid nitrogen), basic preflight inspection and output/delivery with appropriate personnel and ground support equipment. [Info Note: Input and delivery Flight Crews will be provided by the USG]


2.6 Describe your company’s past experience on previous projects similar in complexity to this requirement.  For past experience included in this response, please provide the following information if available:  1)  contract numbers;  2)  a brief description of the work performed;  3)  period of performance;  4)  agency/organization supported;  5)  an individual point of contact.


2.7 Describe your company’s ability to access Air Force Automated Information Systems such as JEDMCS, ETIMS, GO81, AutoTAR, etc.


2.8 What are the top three (3) risks you see with this effort?  Please describe these risks and provide any suggestions on how the government could mitigate these risks.


2.9 Are there any other relevant topics, concerns, and information that will help the Government in forming an acquisition strategy?  Your response may include input on the requirement or any business/contracting aspect of the acquisition.


REQUESTS FOR CLARIFICATION / POINTS OF CONTACT:


Direct all inquiries or requests for clarification in writing from the Contracting Office for any requirement that is unclear by sending an e-mail to the Contracting Point of Contact:
Mr. Daniel E. Childs at daniel.childs.1@us.af.mil or Mr. Rex Shearin at rex.shearin.1@us.af.mil.




DISCLAIMER


This is a Request for Information (RFI) only as defined in FAR 15.201(e) to obtain information about capabilities and market information related to potential C-5M study planning purposes.  This RFI is not a request for competitive proposals; therefore, responses to this notice are not considered offers and cannot be accepted by the USG to form a binding contract.  Companies that respond will not be paid for the information submitted.  No telephone calls will be accepted requesting a bid package or solicitation.











Daniel E Childs, Contract Specialist, Phone (478) 222-7405, Email Daniel.Childs.1@us.af.mil - Rex S. Shearin, Contract Specialist, Phone 4782226903, Email rex.shearin@robins.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP