The RFP Database
New business relationships start here

F-35 Joint Strike Fighter (JSF) Electronic Warfare System (EWS) Simulator Support Services


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

SYNOPSIS: The Department of Defense, United States Air Force (USAF), Air Force Test Center (AFTC), Specialized Contracting Branch (PZIE) at Eglin AFB is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), and Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of the requirement listed below.

AFTC/PZIE requires sustainment and technical support for existing Combat Electromagnetic Environment Simulators (CEESIM) and Synchronizer Controller Subsystems (SCS).  Support will be required for a period of five (5) years post contract award.  Should AFTC/PZIE acquire additional systems within the period of performance of this contract, support will be required for those systems as well.  Sustainment and support is made up of the following activities/products/services:

1. MAINTENANCE/REPAIR/MODIFICATION/UPGRADE SERVICES
2. MATERIALS
3. TECHNICAL SUPPORT
4. SITE VISITS

Maintenance/Repair/Modification/Upgrade Services required consist of technical telephone support, trouble reporting, repair evaluations, parts repair, and on-site hardware and/or software problem support when required.  Additionally, the contractor shall furnish all material, parts, components, and engineering and technical services necessary to modify and/or develop variants of the system.

Materials required to sustain AFTC/PZIE CEESIM Simulators and SCS systems are parts and materials to repair and/or replace failed equipment per Original Equipment Manufacturer (OEM) technical specifications and drawings.  The government does not own these data rights.

Technical Support shall include system operation, move and set-up between labs, maintenance/calibration of the systems.  Technical Support shall also include threat simulation and scenario design.

Site visits will be conducted in support of all contract requirements above.

The following requirements must be met or exceeded for the CEESIM Simulators and SCS systems:

o Hardware and software repair services. Repair services shall consist of technical telephone services, trouble reporting, parts repair evaluation, parts repair, and on-site hardware and/or software problem support when required.
o Furnish all material, parts, components, and engineering and technical services necessary to modify and/or develop variants of the system.
o Maintain technical configuration of each system and update the configuration documentation when parts are substituted and/or modified under this contract. Maintain this data in a Configuration and Data Management Report (includes software/firmware/hardware update release notes).
o The government may purchase materials to augment/upgrade current capability, develop a pool of parts, or replace unrepairable parts. The Contractor shall provide parts and materials to repair and/or replace failed equipment unless stated otherwise.
o Provide technical support on-site at Eglin AFB, FL. Support may include system operation, move and set-up between labs, maintenance/calibration of the systems to include both periodic (monthly) and quarterly/yearly. Support shall also include threat simulation and scenario design.
o Provide on-site Signal Generator repair services support to address unscheduled maintenance actions beyond the scope of Helpdesk support. On-site support may include troubleshooting and corrective actions as required. This support shall be performed by a qualified Contractor technician.
o Provide on-site RF Signal Generator support to perform scheduled maintenance. On-site support may include software upgrades and the installation of new hardware due to equipment upgrades. On-site support shall be performed by a qualified Contractor technician as required.

Since foreign participation is not permitted for this acquisition, a comprehensive draft Performance Work Statement (PWS) is available only to U.S. contractors and will exclusively be available to DoD contractors certified under the Defense Logistic Agencies (DLA)'s Joint Certification Program (JCP). Certification under the JCP establishes the eligibility of a U.S. contractor to technical data governed, in the U.S., by DoD Directive 5230.25.  A certification is required by U.S. contractors that wish to obtain access to unclassified technical data disclosing militarily critical technology with military or space application that is under the control of, or in the possession of the U.S. Department of Defense (DoD).  Contractors must submit a DD Form 2345 to the U.S. Joint Certification Office, along with a copy of the company's State/Provincial License, Incorporation Certificate, Sales Tax Identification Form or other documentation which verifies the legitimacy of the company.  Comments on the draft PWS are being sought from interested qualified vendors for the purposes of clarification of the government's requirements.  For copies of the PWS, contact the Contract Specialist identified below with proof of certification.

All interested vendors should submit a response demonstrating their capabilities to meet the PWS requirements to the POC listed below.  Proposals are not being requested or accepted at this time.  As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.  No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation.  The decision to solicit for a contract shall be solely within the Government’s discretion.

The NAICS Code assigned to this acquisition is 541330, Engineering Services for Military and Aerospace Equipment and Military Weapons, with a size standard of $38.5M. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action.  All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract.  No set-aside decision has been made.  Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14.  Foreign participation will not be permitted.  Participation is to be restricted to U.S. contractors. Any information submitted by respondents to this sources sought is voluntary.  This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice.  Respondents will not be individually notified of the results of any government assessments.  The Government’s assessment of the responses received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program.

CAPABILITIES STATEMENT:  All interested U.S. vendors shall submit a response that explicitly demonstrates their capability to provide/perform the requirement stated in this notice.  The response should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement.  The response must not exceed fifty (50) pages, 8.5” x 11” paper, 12 pitch, Times New Roman font, with a minimum of one (1) inch margins all around.  Responses should include the company name, CAGE code, point of contact, address, and phone number.  Small businesses with only partial capabilities of this requirement are encouraged to submit their response demonstrating the portion of the requirement they are capable of providing/performing.  This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.

Responses may be submitted electronically to the following e-mail address: craig.oneill@us.af.mil. ; All correspondence sent via email shall contain a subject line that reads “FA2487-17-R-0055, F-35 JSF EWS Simulator Support Services.”  If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment.  Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email.  All other attachments may be deleted.  Package sizes greater than 5 megabytes shall be submitted via the Army’s Safe Access File Exchange, located at https://safe.amrdec.army.mil/safe/. ; All responsible sources may submit information that shall be considered by the agency.  If late information is received, it may be considered, depending on agency time constraints.  All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting.  The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement.  Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately.  Responses to this sources sought will not be returned.  The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought.  No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time.  In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought.

Only government employees will review submitted responses to this sources sought.  Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor’s proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.

RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 23 MARCH 2017. Direct all questions concerning this requirement to the POC Craig O’Neill at craig.oneill@us.af.mil. Alternate POC is Mr. Erik J. Urban, Contracting Officer at erik.urban@us.af.mil.

Craig L. O'Neill, Contract Specialist, Phone 850-882-0173, Email craig.oneill@us.af.mil - Erik J. Urban, Contracting Officer , Phone 850-882-5261, Email erik.urban@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP