The RFP Database
New business relationships start here

Guided Missile Flight Controller


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

 

Disclaimer:

This SSS is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Information, Request for Proposal, or Request for Quotation) or a promise to issue a solicitation in the future. The information in this notice is based on current information as of the publication date. The information in this notice is subject to change and is not binding to the Government. If changes are made, updated information will be provided in future notices and will be posted on the Federal Business Opportunities website at www.fbo.gov. Responses to this SSS may or may not be returned. Contractors not responding to this SSS will not be precluded from participation in any future solicitation. A determination by the Government not to compete this potential acquisition, based upon responses received to this notice, is solely within the discretion of the Government. Information received will be considered solely for the purpose of on-going market research. If a company believes it is capable of meeting the Government's requirement/perform the contract services, the company may identify their interest and capability to the Procuring Contracting Officer within fifteen (15) days of this publication. Those interested companies must indicate whether they are a large, small, small disadvantaged, 8(a), or women owned business and whether they are U.S. or foreign owned

INTERESTED SOURCES MUST SELECT "ADD ME TO INTERESTED VENDORS" BUTTON ABOVE OR BELOW TO BE CONSIDERED PARTICIPANTS IN THIS MARKET RESEARCH EFFORT.
 

This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for the remanufacture of the Guided Missile Flight Controller (GMFC) for use by United States Air Force (USAF) personnel.  Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards.  The government will not reimburse participants for any expenses associated with their participation in this survey.

Interested firms must possess or be capable of obtaining a Defense Security Services (DSS) SECRET Facility Clearance before contract award.  Firms must indicate any Foreign ownership, Control, or Influence (FOCI).  As there are potential COMSEC duties associated with this effort, Both Prime and any subcontracted work effort involving FOCI will require an approved National Interest Determination prior to contract award.

 

INSTRUCTIONS:

•1. Below is a document containing a description of the GMFC requirement and a Contractor Capability Survey.

•2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements.  Failure to provide documentation may result in the government being unable to adequately assess your capabilities.  If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.)

•a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business.

 

•3. Both large and small businesses are encouraged to participate in this Market Research.  Joint ventures or teaming arrangements are encouraged.

•4. Questions relative to this market survey should be addressed to the requiring activity, plus phone number.

 

INSTRUCTIONS FOR RESPONSE:

Submit a 12-page (maximum) paper in the following format and include the following company information:

1. Page size shall be 8.5 x 11 inches; foldouts are permitted but will be assessed towards total page count.

2. Pages shall be single-spaced. The font shall be Times New Roman and the font size shall be no less than twelve (12). Use at least 1-inch margins on the top and bottom and 1-inch side margins.

3. Capability statements need to fully address the technical areas identified in this request.

4. Responses shall also include information regarding the following:

- The level of contractor's interest (likelihood of submitting a proposal as a prime contractor)

- Address potential teaming arrangement if likely to submit a proposal

- If a teaming arrangement is considered, describe tasks the prime would perform versus tasks the subcontractor would perform.

•   If proposing as a prime and considering the type of technical capability required for this work. Your company alone would be expected to be capable of performing 60 percent of the work for this requirement. At least 60 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern Prime.

- Identify potential risk areas associated with this effort and briefly describe how they could be managed.

- Can your company prime a team composed of a sufficient number of large and small subcontractors to perform this contract in an efficient, cost effective manner while meeting contract requirements? Please explain.

 - Does your company currently have a DCAA approved accounting system? If your company is considering priming this contract and is required to perform at least 60 percent of the work, how would work beyond in-house capabilities be handled?

- Does your company have a current DSS Facility Clearance of at least SECRET?

 

Respondents who submit proprietary data shall clearly mark the data with appropriate markings.

Any proprietary information submitted in response to this synopsis will be appropriately protected when clearly identified as proprietary. Submitted materials will not be returned, and will be destroyed. Submissions shall not contain any classified information. The Government will not pay for any information submitted as a result of this sources sought synopsis. A response to this sources sought synopsis is NOT a request to be added to a prospective bidders list or to receive a copy of the solicitation. If a solicitation is issued, it will be posted later at https://www.fbo.gov and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. This sources sought synopsis shall not be construed as an obligation on the part of the Government to acquire any products or services.

 

PURPOSE/DESCRIPTION

The Government is conducting market research to identify potential sources that possess the production data/repair data, expertise, capabilities, and experience to meet qualification requirements for the remanufacture of a total of five hundred and forty two (542) Guided Missile Flight Controllers. The expected period of performance start is November 2020.  During this period the contractor will be expected to develop procedures and qualified remanufactured prototypes building upon the existing design. Required delivery and install is estimated to be at a rate of 94 units/year, equaling an approximate of eight (8) GMFC's a month.

The GMFC program will require high fidelity test equipment capable of fault isolation to the piece-part level for most parts. This test equipment requires dynamic testing that allows for analysis of component drift effects on GMFC performance. As part of the remanufacture plan GMFC will require life-time buy of parts that are near end of production or have aging concerns. The contractor will be expected to develop options to replace obsolete parts with parts that are form, fit, function replacements. Parts that are identified with high failure rates would need to be purchased as available to support remanufacture. Any obsolete parts which require new design/tech insertion will be designed up-front and manufacturers identified for potential nuclear certification processing.

Generally, the work to be accomplished includes disassembly, cleaning, inspection, assembly, testing, preservation, and packaging to return an unserviceable asset to serviceable remanufactured asset.  Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, and shipping serviceable assets. Potential sources may be responsible for nonrecurring engineering costs associated with becoming a qualified source.

          The Government will use the information gathered through publication of this SSS to determine the best acquisition strategy for this requirement. The Government is interested in all potential sources including Small Businesses, Small Disadvantaged Businesses, 8(a) businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, etc. Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the remanufacture of the GMFC.

 

CONTRACTOR CAPABILITY SURVEY

AFNWC/NDMP

GMFC

GMFC Remanufacture

Part I.  Business Information

            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:

- CAGE Code:

- Phone Number:

- E-mail Address:

- Web Page URL:

- Size of business pursuant to North American Industry Classification System (NAICS) Code:  NOTE: For the proper NAICS code, consult with the Buyer/PCO       

 

Is your company interested in possible subcontracting opportunities?  If so please describe in detail what part or parts of this requirement that your company capable or interested in performing.

Submit information to the requiring activities' address, include phone number. This interest and information must be received no later than 3:00PM CST, Monday 30 September 2019.

Potential sources wishing to be qualified to perform the requirement specified above are REQUIRED to complete a Source Approval Request (SAR) package as specified in the Qualification Requirements for this item. The questions below are a guideline of the capabilities the government is looking for in the company that will perform the work. At this time the Government does not possess all of technical data for this effort and potential sources are required to independently acquire the necessary technical data to satisfy this requirement. 

SAR packages and SAR-process questions should be submitted to the AFSC Small Business Office at:

AFSC/SB
3001 Staff Drive, Suite 1AG 85A
Tinker AFB, OK 73145-3009
Email:  afsc.sb.workflow@us.af.mil
Website:  http://www.tinker.af.mil/sbo.asp

 

Part II. Capability Survey Questions

Review all questions completely and provide a brief synopsis of your company's abilities to comply with the survey questions.

1. (CRITICAL) Describe your knowledge and experience with the Guided Missile Flight Controller (GMFC) DCU-250/A., P/N 232-11270-21.

2. (CRITICAL) Describe your experiences working with the AGM-86 ALCM weapon system and/or other similar nuclear systems.

3.   (CRITICAL) Describe your past hardware and software design, modification and test activities devoted to supporting the sustainment of the AGM-86 ALCM weapon system and support systems with emphasis on nuclear certification requirements and nuclear hardness qualification requirements.

4. (CRITICAL) Describe your ability to conduct failure investigations, obsolescence studies, feasibility studies, test performance and experience studies, survivability modeling, reliability predictions, impacts and solutions for the Guided Missile Flight Controller (GMFC) DCU/250-A.

5. (CRITICAL) Describe your ability and capability to reproduce/remanufacture the Guided Missile Flight Controller (GMFC) DCU/250-A that shall meet the original equipment manufacturer (OEM) specifications and criteria in the Nuclear Surety Plan as well as Nuclear Certification Impact Statement (i.e. facility, equipment, engineering expertise, engineering documentation, qualified technician, production capacity etc.)

6. (CRITICAL) Describe relevant technical data in your possession that support the remanufacture activities for Guided Missile Flight Controller (GMFC) DCU-250/A, P/N 232-11270 as previously designed, implemented, and supported by OEM or other major ALCM subsystems.  If all necessary technical data not in firm's possession, state capability/plan to obtain.

7.  (CRITICAL) Describe your quality control programs to ensure the quality of the product.

Note: If you need assistance with FBO posting please contact Mrs. Helaina Germosen (405) 739-8829, DSN339-8829.


Helaina K. Germosen, Contracting Officer, Phone 4057398829, Fax N/A, Email helaina.germosen@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP