The RFP Database
New business relationships start here

RFI for Automated Targeting Pod-Multi-Function Color Display


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

 
B-52 Advanced Targeting Pod (ATP) Multi-Function Color Display (MFCD) Replacement Effort and Integration of ATP Digital Video

 

23 January 2019

 

To extend the response time.  Responses to this RFI extension for the integration is due by 07 February 2018 not later than 3:00 p.m. central standard time

 

THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. 

REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. 

 

"Notice to Offeror(s)/Supplier(s): Funds are not available for this effort.  No award will be made under this Sources Sought Synopsis (SSS)/ Request for Information (RFI) Market Survey.  The Government reserves the right to cancel this SSS/RFI, either before or after the closing date.  In the event the Government cancels this SSS/RFI, before or after the closing date, the Government has no obligation to reimburse an Offeror for any costs."

 

This Sources Sought Synopsis (SSS)/Request for Information (RFI) Market Survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the qualification requirements for the integration of a new ATP MFCD onto the B-52H aircraft for use by the U.S. Air Force (USAF).

 

PREVIOUS RFI

A previous RFI was posted to FedBizOpsp on May 22, 2018; RFI_B-52_ATP-MFCD_2018.  The purpose of that RFI was to identify potential vendors or sources for production/procurement of a replacement MFCD.

Another RFI was posted to FedBizOpps on 26 November 2018 seeking to identify vendors capable of integrating the ATP MFCD into the B-52 aircraft.

 

While industry sources are requested to provide full and comprehensive responses to this questionnaire, they are reminded that all information is voluntary, and the Government will not reimburse sources in any way for responses provided.  Likewise, a company's participation in the market research via this questionnaire does not obligate the Government to enter into any contractual agreement, either formally or informally, with a company.

 

Below is a description of the B-52 ATP MFCD Replacement requirement and a Contractor Capability Survey.  This survey provides the Government the opportunity to review your company's capability to design, develop, code, integrate and qualify the B-52 ATP MFCD Replacement program.  If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capabilities in meeting these requirements.  

 

Questions relative to this RFI should be addressed to Stephen N. Palmer, B-52 Contracting Officer, before close of business 4 February 2019 by email at stephen.palmer@us.af.mil. Responses to any questions received will be posted on FedBizOpps.

 

BACKGROUND:  The B-52 requires the ATP MFCD Replacement to meet performance and requirements mandated by Federal Law, Title 14 CFR 91, Parts 130, 131, 135, 217, 225 and 227.

 

ATP MFCD Replacement Description

 

The B-52 Bomber Division at Tinker Air Force Base, OK has a requirement to replace the existing ATP MFCD and route new cabling from the new MFCD to the pod in order to utilize digital video on a GigE architecture on all B-52H Mission Design Series aircraft. The objective of the program is to design, develop, integrate, verify, produce and retrofit all 76 B-52H aircraft, all trainers and laboratories with a new Video Display Terminal (VDT), source aircraft Digital Terrain Elevation Data (DTED) using the existing Combat Network Communications Technology (CONECT) system, and migrate/re-host legacy ATP MFCD Computer Software Configuration Item (CSCI) to a modernized Global Positioning System Interface Unit (GPS IU).

 

The contractor for the Engineering and Manufacturing Development (EMD) phase will be required to integrate the new VDT (furnished as GFE and capable of accepting DVI inputs and provide RS-422 outputs) into the existing ATP aircraft infrastructure, add the capability to source aircraft DTED to the targeting pods utilizing the CONECT architecture, provide an on aircraft method of loading legacy MFCD CSCI to the modernized GPS IU, and upgrade 11 B-52H Targeting and Designation Power and Continuity Test Aids to meet associated aircraft configuration changes.

 

This effort includes integration with the current B-52 laboratories Systems Simulation Software (SSS).   In addition to integrating the ATP functional capabilities on the B-52, this effort requires systems engineering plans that will meet standard airworthiness compliance. 

 

The ATP MFCD replacement program will also include integration and A/C test efforts for both the Fielded SNIPER SE and LITENING G4/SE pods.  Also, at minimum, one HD video capable pod needs to be integrated (LITENING LDP and/or SNIPER DVI).

 

The Engineering and Manufacturing Development  (EMD) Phase is an FY19 New Start program, the EMD phase will be approximately 36 months, resulting with a mature ATP MFCD replacement solution ready to integrate onto the aircraft. 

 

The ATP MFCD replacement effort will drastically increase the operator's confidence in target acquisition, reduce casualties, and increase overall combat effectiveness.

 

This is an RFI for an INTEGRATION effort of the ATP MFCD Program.  An RFI for the ATP MFCD procurement/development was posted to FedBizOps on 22 May 2018 (RFI_B-52_ATP-MFCD_2018).  

 

Respondents should provide a general background on their experience as an integrator on the B-52H airframe and specifically their experience with [any specific experience here].  The North American Industry Classification System (NAICS) Code is # 334511 - "Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing" (Size standard 1,250). 

 

Interested sources are encouraged to provide answers to the following questions.  Please provide as much detail in your responses as possible.

 

I. COMPANY INFORMATION

 

1. Company Name:

2. CAGE Code:

3. Address (Including Telephone No. and E-Mail Address):

4. Points of Contact:

5. Size of business pursuant to North American Industry Classification System (NAICS) Code:

336/336411, size standard 1,500 employees

6. Based on the above NAICS Code, state whether your company is:

•           Small Business                                                (Yes / No)

•           Woman Owned Small Business                      (Yes / No)

•           Small Disadvantaged Business                       (Yes / No)

•           8(a) Certified                                                  (Yes / No)

•           HUBZone Certified                                        (Yes / No)

•           Veteran Owned Small Business                      (Yes / No)

•           Service Disabled Veteran Small Business      (Yes / No)

•           Central Contractor Registration (CCR)          (Yes / No)

7. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership)?

 

II. GENERAL COMPANY INFORMATION

 

1. Describe your company's primary business product/service line.

 

2. What kind of facility security clearance does your company maintain? Describe highest level of processing capability.

•a.       Individual personnel clearances.

•b.      Be able to provide Department of Defense Instruction (DODI) 8570 certifications for Information System Security Manager (ISSM).  At a minimum, must have Information Assurance Manager (IAM) level II.

•c.       Be able to provide Defense Security Service (DSS) accreditation.

 

3. Is your company compliant with Arms Export Control Act (Title 22, U.S.C., Sec 2751, et seq.) controlled information? If so, please provide detailed information.

 

4. Describe your quality assurance system program and is it compliant with requirements of ANSI/ASQ Q9001 (American National Standard, Quality Management Systems - Requirements) and SAE AS9100 (Quality System - Aerospace - Model for Quality Assurance in Design, Development, Production, Installation, and Servicing). 

 

5. Does your company have experience with generating, storing, and submitting all unclassified Contract Data Requirements List (CDRL) and Data Accession List (DAL) items to document contractual tasks?

 

6. What are some of the typical requirements that your company tests to on its avionics systems?

 

7. Describe your company's previous experience provisioning for USAF contracts providing Item Unique Identification (IUID) information, projecting usage rates, and providing Interim Contractor Support (ICS).

 

III. TECHNICAL CAPABILITIES

 

*This RFI is for the INTEGRATION effort of the ATP MFCD Program.  Responses should reflect the prospective company's ability to integrate the ATP MFCD solution onto the existing B-52H platform.*

 

1. Provide detailed description of your company's experience with the following:

•a.       Design, development, coding, testing, integration, qualification, and documentation of Advanced Targeting Pod and aircraft Global Positioning System (GPS) equipment

•b.      Testing capabilities and facilities used for Advanced Targeting Pod and aircraft Global Positioning System (GPS) development

•c.       Developing requirements and specifications for aircraft Advanced Targeting Pod and aircraft Global Positioning System (GPS) software

•d.      Developing requirements and specifications for aircraft equipment

•e.       Integration of new and existing hardware/software with B-52H systems

•f.        Interface Control Drawings (ICD) and Product Drawings

•g.      Performing Configuration Control and Management for Advanced Targeting Pod and aircraft Global Positioning System (GPS) software and hardware

•h.      Development and installation of Systems Integration Laboratory (SIL) enhancements

•i.        Describe your company's experience with environmental testing (MIL-STD-810G)

•j.        Electro Magnetic Interface Compatibility (EMIC) (MIL-STD-461G)

•k.      Modified Airworthiness Certification Criteria (MACC) (MIL-HDBK-516C)

•l.        System Safety Hazard Analysis Report

•m.    Safety Assessment Report (MIL-STD-882E, Task 301)

•n.      Operating and Support Hazard Analysis (O&SHA) (MIL-STD-882E, Task 206)

•o.      Health Hazard Analysis (MIL-STD-882E, Task 207)

•p.      B-52 Advanced Targeting Pod and aircraft Global Positioning System (GPS) architecture

•q.      B-52 environment within different aircraft areas, to include cooling capability

•r.        B-52 operational envelope operational so the source can identify whether additional EMI or environmental qualification testing is required to fully qualify the terminal and ancillary equipment for the B-52 environment

•s.       Updating the B-52 Platform Requirements Difference Document and Actual Platform Implementation Specification

•t.        ATP MFCD software and hardware integration

•u.      Formal Qualification Testing


B-52 Software and Flight Management System architecture

•w.    Engineering Drawing and configuration management

•x.      Development of U.S. Air Force or other U.S. Military Technical Order Development

•y.      Flight Safety analysis

•z.       Reliability and Maintainability engineering/analysis

•aa.   Ground and flight test support for ATP integration

•bb.  Air Force Airworthiness Certification process

•cc.   Familiarity with DoD Risk Management Framework/Cyber Security

•dd.  Program Management

•ee.   Aircraft Maintenance and Operator Training

•ff.     Logistics supportability analysis

•gg.  Electromagnetic Interference/Electromagnetic Compatibility engineering and test

•hh.  Supply Chain Risk Management

•ii.      Support formal Air Force Cyber Security Authorization

•jj.      Maintenance and Operator Training

•kk.  Systems Engineering

•ll.      Selection of subcontractors and subsystem components

•mm.                      Aircraft electrical system design, fabrication, installation, and testing

•nn.  Configuration Management

•oo.  Size, Weight, and Power (SWAP) analysis

•pp.  Designing and documenting system installation

•qq.  Modification, Installation, and checkout services

•rr.     Production management and deliveries

 

2. Provide examples of past performance (Evidence of contracts with similar scope, Evidence of contracts with similar size and complexity, Evidence of contracts with similar geographic coverage, Evidence of customer service and timeliness of services, References and Quality).

 

3. Describe your experience partnering with the B-52 Original Equipment Manufacturer (OEM) on engineering development projects.  How would you support software development and Communications/Navigation system integration?  How would you support aircraft ground and flight test during the EMD phase? 

 

4. Does or did your company have any working involvement with the B-52 Advanced Targeting Pod and aircraft Global Positioning System (GPS) or its Line Replaceable Units (LRUs), including interface requirements, avionics flight system, or ancillary equipment?  If so, please provide detailed information.

 

5.  What experience does your company have with developing and writing technical publications, technical orders and technical drawings?  Include experience with, and development of aircraft modification technical data package.

 

6. Does your company have experience producing detailed operations and maintenance manuals, schematics, product drawing packages, training program development and management plans, test reports, software program documents, provisioning data, and other similar type documents for avionics system development?   If you answer affirmatively, please provide a detailed description of the work. 

 

7. Describe your company's experience with integrating Advanced Targeting Pod and aircraft Global Positioning System (GPS) flight systems/software and components. 

 

 

IV. SOFTWARE DEVELOPMENT QUESTIONS

 

1.  Is your company's software development process certified to the Carnegie Mellon Capability Maturity Model?  If so what level of certification have you achieved and what is the date of your certification.

 

2.  Describe your company's experience designing, developing, coding and testing of weapons delivery software.

 

3.  Describe your company's experience with designing, developing, coding and testing software to conform to MIL-1553B standard, RS170 and Ethernet, H264 format.

 

4. Does your company have experience with the following?

•a.       Design, develop, code, integrate, test and production of new or modified software and/or on board Advanced Targeting Pod MFCD programs.  Please provide detailed information and documentation to support your response.

•b.      Design, testing, coding and production of Advanced Targeting Pod MFCD software for bomber or other military aircraft?  If so, please provide detailed information.

 

5. Describe company's experience with the development of test requirements, procedures, evaluation criteria, data analysis, and data requirements for aircraft flight and ground tests.

 

6. Describe company's experience with the development of test requirements, procedures, evaluation criteria, data analysis, and data requirements for integration laboratory simulation software.

 

 

V. CYBER SECURITY QUESTIONS

 

1. Describe the processes you have in place that address cyber security (information assurance).

 

2. What development environment have you used in the past for development of software and testing?

 

•a.       Describe type of security tools utilized within the development environment (i.e. Static analysis tools, etc.)

•b.      What are your external connections to development environment? Please provide detailed information.

 

3. Does your company have experience in developing software in a secure coding environment accredited by either Defense Security Services (DSS) or the USAF and provide requested artifacts for verification?  If so, please provide detailed information.

 

4. Does your company have experience with Air Force Instruction (AFI) 17-101 Risk Management Framework (RMF) for Air Force Information Technology (AFIT)?  If so, please provide detailed information.

 

5. Will your company have the ability to provide artifacts to B-52 Information System Security Manager (ISSM), including test results for penetration testing/fuzzing the system and documents identifying software versions/descriptions?  If so, please provide detailed information.

 

6. Will your company have the ability to deliver software and software updates incorporating a hashing algorithm to ensure integrity upon delivery to the government?  If so, please provide detailed information. If not, please describe type of security baked into your software supply chain.

 

7. Will your company have the ability to deliver software and software updates incorporating digital signatures to ensure integrity upon delivery to the government?  If so, please provide detailed information. If not, please describe type of security baked into your software supply chain.

 

VI. BUSINESS PRACTICES

 

1. If your solution proposes proprietary data, are you willing to sell all the proprietary data to the Government?

 

2. What data rights will be granted to the government for any software and hardware products/documentation you produce?

 

3. Describe your company's Earned Value Management (EVM) capability.

 

4. Does your company have experience with long-term contracts or purchasing agreements?   If so, what is your longest long-term contract?

 

5. Does your company provide for discounted prices based on the quantity of the items provided?

 

6.  Does your company offer a standard warranty on your products?  Does it cover parts, labor, and /or technical support?  What is the standard time duration?

 

7. For this effort would your company need to subcontract any part of the work?  If so, please provide a detailed response.  Indicate whether the subcontractor will be a small or large business.

 

8. Provide comment on your company's capability to leverage common test capabilities to shorten the production time in fielding the ATP MDCD replacement effort, as well as to reduce cost and lead time. 

 

9. Provide comment on opportunities for technical and/or cost tradeoffs in this program.  What kind of tradeoff approach does your company recommend?

 

10. Provide comment on possible contract incentives your company thinks would encourage industry to deliver this program in an accelerated manner and/or at lower cost.

 

11.  Describe your capabilities and experience in managing software development projects, including subcontractor involvement.  Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis and cost management.

 

12. Describe company's process in identifying Diminishing Manufacturer Sources (DMS) parts and services.

 

13. Describe company's experience in creating, maintaining, and managing an Integrated Master Schedule (IMS). 

 

 

VII. INFORMATION ON DRAFT SPECIFICATIONS

 

•a.       Please identify any comments or questions for any information that is needed or that requires additional detail and/or clarification.

•b.      Did your company identify any areas in the specifications that presented excessive cost, schedule, or performance risks?  If so, please provide detailed information and suggested mitigation.

 

CONTRACT TYPE AND COMPETITION

 

AFLCMC B-52 System Program Office (SPO)/WWDP is considering a Cost Plus Incentive Fee (CPIF), Cost Plus Fixed Fee (CPFF) or Best Value EMD and Firm Fixed Price (FFP) production/procurement contract types.  Projected Period of performance is 20 months EMD (Engineering Software Development/Design/Code/Integration) and test/qualification.  

The Air Force is also contemplating IAW FAR Part 6.1 Full and Open Competition unless Market Research otherwise determines and exclusion to FAR Part 6.1. 

 

Please provide feedback in regards to contract type preference, justification, and period of performance.

 

A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.  Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.

 

This is NOT a formal notice of solicitation.  Telephone or facsimile inquiries and/or responses will not be accepted.

 

All responses to this RFI must be received by 7 February 2018 not later than 3:00 p.m. central standard time.  If you provided a written response to the previous RFI that was posted 26 November 2018 you are not required to resend your response; however, it is highly suggest to send email to the below POC to ensure we do have a copy of your response.

 

Accepting only written responses, no facsimiles or e-mails.  Please mail two (2) copies of your responses of Section I through VII above to:

 

CONTRACTING OFFICE POC

Name: Stephen N. Palmer

Title: Contracting Officer, B-1/B-52 Branch

Address: AFLCMC/WWK

               3001 Staff Dr., Suite 2AG 85BA

               Tinker AFB OK 73145-3015

Phone #:  (405) 739-4469                                                                

Email: stephen.palmer@us.af.mil

 

All written responses to this RFI must be received by 7 February 2018 not later than 3:00 p.m. central standard time. 

 

"Notice to Offeror(s)/Supplier(s): Funds are not available for this effort.  No award will be made under this Sources Sought Synopsis (SSS)/ Request for Information (RFI) Market Survey.  The Government reserves the right to cancel this SSS/RFI, either before or after the closing date.  In the event the Government cancels this SSS/RFI, before or after the closing date, the Government has no obligation to reimburse an Offeror for any costs."


Stephen N. Palmer, Contracting Officer, Phone 4057394469, Email stephen.palmer@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP