The RFP Database
New business relationships start here

P5 Combat Training Systems (CTS) Logistics Support


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

1.Notice

1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 811219, which has a corresponding Size standard of $20.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.


2. Background and Program Details


The P5 Combat Training System/Tactical Combat Training System (P5CTS/TCTS) is used to enhance the training provided to US Air Force, US Navy, and US Marine Corps Aircrews across multiple aircraft platforms. The P5CTS/TCTS provides a state of the art mission debrief environment, and improved training mission recall by providing accurate Time Space Position Information (TSPI) for up to 100 high activity airborne participants. The system is heavily used in both large and small force training exercises and consists of two primary components - 1) An Air Component and 2) A Ground Component.


The air component, referred to as the "Air Subsystem (AS)," is a self-contained instrumentation pod packaged in a 5-inch diameter stainless steel tube that resembles an Air Interceptor Missile (AIM)-9 that is hung from the weapons launcher of medium to high performance aircraft. During training exercises the Subsystem records pertinent flight data for use in post mission debriefs. The AS is also capable of transmitting flight data to the Ground Component for live mission monitoring. The AS comes in two configurations, the AN/ASQ-T50 (V1) and the AN/ASQ (V2).


The ground component, referred to as the "Ground Subsystem (GS)," is primarily made up of Commercial Off-the-Shelf (COTS) Computer hardware meeting minimum systems specifications. The GS is used primarily to configure, process and display the data provided by the Air Subsystem.


The GS comes in the following four configurations:


• AN/GSQ-T104 Transportable Ground Subsystem (GS) without live monitor (TGS w/o LM)
• AN/GSQ-T105 Transportable Ground Subsystem (GS) with live monitor (TGS w/LM)
• AN/GSQ-T106 Fixed Ground Subsystem (FGS)
• AN/PSQ-T3 Portable Ground Subsystem (PGS)


The GS configurations include options for a rangeless mode and a Live Monitor mode. All configurations include a post-mission debrief capability.


The TGS w/LM and FGS also include a remote range unit (AN/FSQ-T33). The remote range unit receives the data from the AS via data link and passes the information to the GS for processing and live monitoring of exercises.
The P5CTS is supported by a two-level maintenance concept which consists of several decentralized field level maintenance activities and a small number of centralized depot level maintenance activities. Shop Replaceable Assemblies (SRAs) are removed and replaced at the field level and returned to the depot level for repair and overhaul. The field and depot levels are also responsible for performing the applicable logistics and engineering functions necessary to deliver comprehensive sustainment for the P5CTS.


3. Description of Program Requirement Details
The Government is seeking a Contractor who is able to provide comprehensive, effective, and quality depot level Contractor Logistics Support (CLS) for the P5CTS/TCTS, to sustain operational tempos at all installations where Air Force acquired system components are located (CONUS and OCONUS).
The Contractor will be required to perform all duties and functions necessary to deliver comprehensive depot level CLS for the Air Force inventory of P5CTS/TCTS. These duties and functions include air and ground subsystem integration; sustaining and systems engineering; configuration management; quality assurance and inspections; inventory control and materiel management in accordance with the Financial Improvement and Audit Readiness (FIAR) program; demand planning; wholesale item management; diminishing manufacturing sources and material shortages (DMSMS) management; obsolescence management; parts replenishment; depot level maintenance planning and execution; wholesale and retail supply chain management; packaging shipping handling and transportation; demilitarization and disposal.


The Government does not own the complete technical data package for the system. While some drawings are available for the Airborne Subsystem (pod), no drawings are available at all for the Ground Subsystem. Organizational level only technical manuals are available. The Government does not have unlimited data rights for the system. Limited rights apply to the pod hardware and restricted rights apply to the pod software. Although the Ground Subsystem is primarily commercial off-the-shelf, there is some system specific hardware and system peculiar software and firmware. Limited rights apply to the Ground Subsystem display software known as the Individual Combat Aircrew Display System. Also, the Government has only taken delivery of executable software or firmware code for the system and no source code. The attached list details the items with less than unlimited rights.


The scope of depot CLS covers all P5CTS/TCTS configurations located at all Air Force installations and depot to include changes made through the engineering change proposal (ECP) process throughout the CLS performance periods, including but not limited to deficiency corrections, capability changes, maintenance improvements, diminishing manufacturing sources and material shortages (DMSMS) and obsolescence. The Contractor shall plan for DMSMS/obsolescence and work with the Government to mitigate impacts to sustainment.


4. Requested Responses
Business Information:
Provide the following Business Information for your company:


•Company Name:
•Address:
•Point of Contact:
•CAGE Code:
•Phone Number:
•E-mail Address:
•Web Page Address:
•Central Contractor Registration (CCR) (Yes/No):
•Specify whether your company is a U.S. or foreign-owned firm:
• Recommended North American Industry Classification System (NAICS Code) if other than 811219:


Based on above NAICS code, state whether your company is small business and provide additional information regarding the type of small business (women-owned, small disadvantaged business, HUBzone, etc.)
Potential Offeror Capabilities:


Please provide responses to the following items:


1. What is your experience in providing the capability to accomplish the objective/requirements listed above? Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officers or Program Managers).


2. How would the prime contractor account for government furnished property (GFP) in the possession of the prime and all sub-contractors in accordance with the Financial Improvement and Audit Readiness (FIAR) program?


3. Does your company currently have any teaming agreements in place that will allow for successfully meeting the Government's requirements? In addition, please identify the roles associated with the teaming arrangement.


4. Discuss any documents or data you will require to complete the objectives listed above and briefly explain their purpose.


5. What are the top five risks you see in accomplishing this effort?


6. Address workarounds due to the lack of a hardware/software technical data package and the lack of software/firmware course code.


7. Provide a description of similar services offered to the Government and to commercial customers for the past three years.


8. Provide other relevant topics, concerns, or information not addressed in this posting.


Potential Offeror Capability Briefings:


A focused capabilities briefing may be required at the Government's discretion. The Government will contact interested vendors directly should it be determined that a capabilities briefing is needed.


Response Procedures:


The Government is looking for Contractors interested in satisfying this requirement at the Prime Contractor level. Please provide information pertaining to how the contractor plans to perform the contract IAW the Hardware/Other Data Items and Software data restrictions listed above. Also provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Any Contractors responding to this RFI who are interested in subcontracting opportunities should note that in their response. Companies responding to this posting are advised their response does not guarantee awards in future solicitations or contracts. The Government will NOT reimburse any company or individual for any expense associated with preparation or response to this posting. Direct and succinct responses are preferred. Marketing material not pertaining to the exact information requested will be considered an insufficient response.


Respondents should indicate which portions of their response are proprietary and should mark them accordingly.


Vick A. Peltier, Phone 801-586-0526, Email vick.peltier@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP