The RFP Database
New business relationships start here

JSTARS Contractor Field Service Representatives (CFSRs)


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

Sources Sought Synopsis
Joint Surveillance Target Attack Radar System (Joint STARS) 
For Contractor Field Service Representatives (CFSRs)
CAUTION:

The Joint STARS Program Office is seeking responsible sources for CFSR support and services for the E-8 weapon system for Continental United States (CONUS) and on occasion, outside CONUS (OCONUS).

Contractors/Institutions responding to this request for information/market survey are notified participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse respondents for any expenses associated with their participation in the request for information/market survey.

BACKGROUND:

The E-8 is a modified Boeing 707-300 series commercial airframe extensively re-manufactured and modified with the radar, communications, operations and control sub-systems required to perform its operational mission. The most prominent external feature is the 27-foot (8 meters) long, canoe-shaped radome under the forward fuselage housing the 24-foot (7.3 meters) long, side-looking phased array antenna.

The radar and computer sub-systems on the E-8C can gather and display detailed battlefield information on ground forces. The information is relayed in near real-time to the Army and Marine Corps common ground stations and to other ground command, control, communications, computers, and intelligence, or C4I, nodes.

The antenna can be tilted to either side of the aircraft where it can develop a 120-degree field of view covering nearly 19,305 square miles (50,000 square kilometers) and is capable of detecting targets at more than 250 kilometers (more than 820,000 feet). The radar also has some limited capability to detect helicopters, rotating antennas and low, slow-moving fixed wing aircraft.

As a battle management and command and control asset, the E-8C can support the full spectrum of roles and missions from peacekeeping operations to major theater war.

Joint STARS evolved from Army and Air Force programs to develop, detect, locate, and attack enemy armor at ranges beyond the forward area of troops. The first two developmental aircraft deployed in 1991 to Operation Desert Storm and also supported Operation Joint Endeavor in December 1995.

Team Joint STARS men and women have contributed tremendously to overseas contingency operations, flying more than 130,000 combat hours in support of Operations Enduring Freedom, Iraqi Freedom, Odyssey Dawn, Unified Protector, Freedom's Sentinel, and Inherent Resolve. Their operational resume includes support of six Combatant Commands including U.S. Pacific Command, U.S. Northern Command and U.S. Southern Command, U.S. Africa Command, and U.S. Europe Command.

Team Joint STARS was the first organization in the USAF to activate under the Air Force's Total Force Initiative as a "blended" wing. America's first "Total Force" wing, the former 93rd Air Control Wing, an active-duty Air Combat Command unit, and the 116th Bomb Wing, a Georgia Air National Guard unit, were deactivated Oct.1, 2002. The 116th Air Control Wing was activated blending Guard and active-duty Airmen into a single unit. In October 2011, the Active Associate construct was formed by the newly activated 461st Air Control Wing as a member of Team Joint STARS.

Team Joint STARS through the 116th/461st ACW, is the only unit operating the E-8C and conducting the Joint STARS mission.

PURPOSE/DESCRIPTION:

The Joint STARS Program Office is surveying the market to determine those sources qualified to provide CFSRs for support of the E-8 weapon system. The contract is expected to include the following regarding support and sustainment of the E-8 weapon system:

-    Act as technical advisor in the solution of any maintenance problems with the aircraft, integral to the overall mission and necessary to return aircraft to mission ready status.


-    Provide specialized technical advice and hands-on assistance, and informal on-the-job training to Air Force personnel.


-    Accomplish Time Change Inspections (TCIs), Periodic Inspections, and coordinate maintenance of all Contractor designed portions of all Mission Kits with associate contractors.


-    Assist investigating equipment failures and mishaps.


-    Work with Original Equipment Manufacturer (OEM) Engineering, Integrated Logistics Support (ILS), Tech Pubs, Production Operations, and Supply to assist AFLCMC/HBGC Program Managers, Engineering, and Item Managers to resolve technical issues, maintenance problems and anomalies, supply issues, and assist in recommending new or improved procedures as appropriate.


-    Advise the unit maintenance supervisor/superintendent or designated representative on aircraft and/or system problems or potential problems or limitations.


-    At specified locations under contract, maintain all necessary aircraft and aircraft historical, records, and forms for Contractor accomplished maintenance activities as designated by the OL Commander, such as USAF/DOD/AFTO Forms.


-    Provide fully qualified personnel for the E-8C aircraft system and specific defined support areas. Contractor personnel shall utilize schematics, technical manuals, TCTOs/bulletins, and other material to assist resolving maintenance issues on equipment, aircraft, and subsystems.


-    Maintain cleanliness and good housekeeping in their respective facilities, work areas, and industrial areas IAW applicable AFOSH standards and/or local directives.


-    Advise the unit maintenance supervisor/superintendent or designated representative when procedures are not established and could adversely impact system performance or contribute to an unsafe condition or hazard.


-    The CFSR will act as the functional equivalent to an Air Force 7 level technician unless otherwise specified.


-    Remain physically qualified to perform all required tasks in accordance with (IAW) company guidance and/or local Contractor supervision. Every CFSR will complete an annual overseas physical with specific testing mandated by the company Medical Director.


-    Maintain and service Support Equipment (not including powered AGE, ground support equipment (GSE) common in the E-8C program, or equipment normally maintained by the Government) in support of their respective systems, if applicable.


-    Maintain records and ensure Contractor maintained equipment calibration requirements are followed IAW Technical Order, T.O. 33-K-100 and unit of assignment procedures, if applicable.


-    Maintain and revise as necessary the database of aircraft/mission activities to support local troubleshooting as well as to support the preparation of the Contract Data Requirements List (CDRL) contract field service report. 


-    Advise Air Force personnel with performance of aircraft maintenance tasks when requested by unit supervision. Note: The Contractor Lead CFSR determines whether tasks are in scope or out of scope.


-    Modify aircraft and subsystems via Depot Time Compliance Technical Order (TCTO) when requested by the home station or deployed unit maintenance supervisor/superintendent through AFLCMC/HBG.


-    Assist the Air Force in the development of efficient and technically correct procedures in the maintenance of aircraft systems.


-    Maintain liaison with AFLCMC/HBG Engineering for the purpose of program equipment and product improvements.


-    Exercise the most practical course of repair for Contractor components to include local repair when authorized and the resulting repair meets technical requirements, if applicable.


-    Assist technical, supply, and other Air Force personnel in identifying test equipment, special purpose tools, spare parts, and technical requirements so established maintenance policies and procedures can be accomplished.


-    Perform timely data entries into the Air Force approved maintenance data collection (MDC) system for all on-equipment and off-equipment maintenance actions accomplished by Contractor CFSRs. Data entries will be made not later than (NLT) end of day or before flight if system is scheduled to fly, whichever is sooner.


-    Contractors shall provide name, Social Security Account Number (SSAN), and location of all personnel identified to fill any airborne operational requirement within the contract period to Quality Assurance Personnel (QAP).


-    Maintain training in chemical warfare defense and participate in local exercises as deemed necessary by the local military unit commander or his representative within constraints of manpower identified in Section 7, unless excluded by AFLCMC/HBG.


-    Maintain proficiency with applicable maintenance technical data and recommend improvements through the AFTO 22 process and maintain technical order data files as required.


-    Assist authoring of Air Force Form(s) 107.


-    Provide maintenance technical support for airborne aircraft.


-    Provide all aircraft systems technical support up to and including systems/sensor interface necessary to meet mission requirements.

 

Requirements are outlined within guidance provided by USAF and Department of Defense publications. It is expected the Contractor personnel shall have the necessary technical skills and certifications to meet contract requirements. Interested firms should submit a written product demonstrating how they plan on providing technically compliant solutions for the Joint STARS weapon system during the support and sustainment timeframe listed. If a firm believes it would be competitive in providing necessary support and sustainment capability, then it should submit a product not to exceed 50 pages, with text of 12-font Times New Roman, and graphics should have no smaller than 10-font text. Commercial brochures will not be accepted. Without written permission from the respondent, the Program Office will not release to any firm, agency or individual outside of the Government any information marked "Proprietary."

LIMITATIONS:

Respondents must have experience on similar 707 type aircraft variants.

INSTRUCTIONS:

1.    Responding firms should clearly indicate the following:

  a.    Experience in developing, testing, and producing systems similar to the E-8C; 
  b.    Production capabilities sufficient to provide cost effective and timely solutions; 
  c.    Previous platform integration and systems engineering expertise and experience, as evident in program success and citations from customers (firms should elaborate how they would propose a working relationship with another firm that has Total System Performance Responsibility (TSPR) for all upgrades made to the E-8C; 
  d.    Government Furnished Equipment and/or Information required in order to perform the work; 
  e.    A subcontracting plan for small business concerns; 
  f.    The approach to coordinate logistics support planning activities with Northrop Grumman Corporation in order to support their Total Systems Support Responsibility (TSSR) sustainment contract responsibilities; 
  g.    The approach to coordinate software development/integration activities with Northrop Grumman Corporation in order to support the Total System Support Responsibility (TSSR) 
  h.    The approach in obtaining exact design/implementation documentation from Northrop Grumman Corporation to allow the performance of work described in this synopsis.
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.)

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 Capt Stacylee Johnson, Stacylee.Johnson@us.af.mil.


5.    Responses must be received no later than 12:00 p.m. EST 04 October 2019. Responses must be sent electronically via AMRDEC SAFE (https://safe.amrdec.army.mil/safe/) to: stacylee.johnson@us.af.mil


PART I: Business Information:
1.    Please provide the following business information for your company/institution and for any teaming or joint venture partners:

  a.    Company/Institute Name 
  b.    Address 
  c.    Point of Contact 
  d.    CAGE Code 
  e.    Phone Number 
  f.    Email Address 
  g.    Web Page URL 
  h.    Size of business pursuant to North American Industry Classification System (NAICS) Code: 334511
2.    Based on the above NAICS Code, state whether your company is:

  a.    Small Business (Yes/No) 
  b.    Woman Owned Small Business (Yes/No) 
  c.    Small Disadvantaged Business (Yes/No) 
  d.    8(a) Certified (Yes/No) 
  e.    HUBZone Certified (Yes/No) 
  f.    Veteran Owned Small Business (Yes/No) 
  g.    Service Disabled Veteran Small Business (Yes/No) 
  h.    System for Award Management (SAM) (Yes/No) 
  i.    A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership)
PART II: Capability Survey Questions

1.    Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure.

2.    Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager).

3.    Describe your company's capabilities and experience in generating technical data, engineering drawings, and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items.

 


Stacylee Johnson, Contract Specialist, Phone 4782223626, Email stacylee.johnson@us.af.mil - Adrian V. Oliver, Lead Contracting Officer, Phone 478-222-3629, Email adrian.oliver.2@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP