Modernization of T-7 Family of Systems

From: Federal Government(Federal)
FA8617-24-R-8XXX

Basic Details

started - 05 Apr, 2024 (24 days ago)

Start Date

05 Apr, 2024 (24 days ago)
due - 06 May, 2024 (in 7 days)

Due Date

06 May, 2024 (in 7 days)
Bid Notification

Type

Bid Notification
FA8617-24-R-8XXX

Identifier

FA8617-24-R-8XXX
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

DescriptionTHIS IS NOT A REQUEST FOR PROPOSAL/QUOTE. This synopsis is not to be construed as a commitment on the part of the Government to award a contract, nor will the Government provide reimbursement of cost associated with any information, documentation, or responses submitted as a result of this synopsis.This is a Sources Sought Synopsis; there is no solicitation available at this time. This Sources Sought Synopsis is published for market research purposes only and is intended to identify potential sources. Your response will be treated as information only and will not be used as a proposal. Any resulting contract effort will be subject to Federal Acquisition Regulation (FAR) 52.232-18, Availability of Funds. The information in this notice is based on current information available to date. This information is subject to change and is not binding on the Government. Any updated information will be provided in future announcements and posted electronically on
href="http://www.sam.gov" target="_blank">www.sam.gov. This Sources Sought Synopsis addresses a range of potential modifications to the T-7 family of systems beginning as early as 2025. For the purposes of this document the T-7 family of systems includes the T-7 air vehicle, Ground Based Training System (GBTS), and associated systems. GBTS is defined as all Aircrew Training Devices (ATD), Ground Training Devices (GTD), other training system components, GBTS Support Equipment, academics, and Interactive Multimedia Instruction (IMI). The T-7 family of systems was initially envisioned as the Advanced Pilot Training Program, an inclusive training solution meant to replace the aging T-38C fleet in Air Force inventory used for pilot training purposes. It was determined through a competitive source selection that bespoke development of a purpose-built, single-engine, high-performance jet aircraft, matching ground based training system, support equipment, required courseware, and other necessary systems best supported the needs of the Air Force, and would equip Air Education and Training Command with the ability to train pilots well into the 21st century. Eventually the T-7 program will consist of 351+ aircraft operating out of five training bases across the continental United States, co-located with required ground training and support equipment. The T-7 is currently in the Engineering and Manufacturing Development phase of the acquisition lifecycle. Although the T-7 has not yet been fielded, initial requirements were codified more than five years before the drafting of this document, and unforeseen needs require modifications to the T-7 family of systems to ensure it is able to train generations of pilots into the future.All potential requirements identified in this document will involve military certification requirements. Supporting tasks may be executed at Government facilities, contractor facilities, Continental United States operational bases, and/or test locations. While not inclusive, these potential requirements involve: Modification/upgrade/configuration management supportDesign, functional and physical certification, and integration of hardware and software modifications into the T-7 family of systems which includes the T-7A aircraft, GBTS, Support Equipment (SE)/Test Measurement and Diagnostic Equipment (TMDE), training, technical data, and aircraft equipment necessary to meet specification requirements—to include kit production, and installation.Examples of modifications the Government may implement in the future could include, but would not be limited to:Implementing High Mach and Terrain Avoidance into the T-7A. See attached draft Systems Requirements Document.Integrating net arrestor (BAK-15 and M1A1) system compatibility into the T-7A aircraft, and high speed rollover of BAK-12/deployed BAK-14 barriers. This effort would consist of analysis to determine aircraft capability with existing net barrier systems and rollover of deployed cable arresting systems, and limited modification to aircraft to ensure compatibility, if required.Increasing T-7A aircraft endurance via internal fuel tank modification to take advantage of current unused capacity.Implementing Pilot Vehicle Interface upgrades to fully meet 4th/5th generation training needs. See attached PVI Addendum.Implementing a G-limit mode that prevents student pilots from performing maneuvers that generate G-forces over a defined value. Due to the T-7's high performance and G-level capability combined with use for initial training, a pilot-selectable G-limiter is desired with the ability to restrict inexperienced students to a lower G-capable aircraft. This feature will allow a selectable function so increased G-load can be presented to the student as experience is gained.Upgrade T-7 navigation capability from Inertial Measurement Unit (IMU) with Global Position System (GPS) updates to an Embedded GPS and Inertial Navigation Unit (INU) [EGI] with a ring-laser gyro.Integration of Military Type Certification requirements, Airworthiness Directives (to include retrofits and support for maintenance of airworthiness certification compliance).Support for aircraft and training system concurrency and modification, instruction (as required), and maintenance.General sustainment and maintenance support for modification effortsAll necessary activities to ensure modifications are supported and sustained in a manner consistent with current planned APT program objectives. This includes but would not be limited to the activities below:Crisis management team support—to include technical evaluation and mishap investigation (as required).Maintenance of reliability databases, failure reporting, and analysis and corrective action system support.Interim contract support to include repair, maintenance, and inventory management/data management tracking for modernization efforts (per Air Force Instruction 63-101, Chapter 3).Mission capable support.Technical data management, sustainment, and modification.Diminishing manufacturing sources and material shortages support for modification efforts.Product Improvement Working Group support.Fleet management support (e.g., alignment/scheduling of aircraft modifications and updates to planned A-/C-check cycles and operational requirements, technical order updates, and fleet status reporting).Management, repair, and distribution of common and peculiar support equipment.Hardware procurement (e.g., spares, support equipment).Delivery of data necessary for government purpose rights to incorporate modifications/changes into the T-7 family of systems.Engineering and technical support for modification effortsSustaining engineering support (e.g., engineering dispositions; Operational Safety, Suitability and Effectiveness support; deficiency report evaluation, tracking, and correction; onsite depot support; and reliability and maintainability analyses, tracking and correction).Software engineering to include development and maintenance, training, depot software sustainment support, and problem identification and prioritization.System Safety Management Program support, safety analysis & risk assessments.Environmental, safety, and occupational health hazard risk tracking (i.e., MIL-STD-881C).Aircraft damage and repair assessment.Weapon system integrity program support.Corrosion program support.Engineering lab capability, to include failure analysis of parts and materials.Aero and stress analysis.Flight simulation and other modeling.Quality assurance.CybersecurityTest for modification effortsLaboratory, ground, and flight test operations and support—to include test planning, modeling, provision of test support assets, instrumentation, execution, data analysis, and report generation.Flight test facility scheduling, use, maintenance and augmentation support.Government and contractor flight test personnel qualification and certification training and support (to include but not limited to aircrew, test directors, test engineers, system engineers, and instrumentation support personnel).Studies and Analyses for modification effortsPerform studies and analyses related to the implementation of modifications onto the T-7 family of systems.The T-7A Program Office is surveying the market to determine if sources are qualified to perform any or all of the aforementioned requirements. Interested firms shall submit information (limit to 20 8.5x11 pages – 12 point font, single-spaced, 1” margins) to permit assessment of technical capabilities in writing or electronically to Air Force Life Cycle Management Center, AFLCMC/WLZ, ATTN: Sonia Johnston, 1970 Monahan Way, Building 11A, Wright-Patterson AFB, OH 45433-7142. NOTE: Oral submissions of information are not acceptable. If there are any questions, please contact Sonia Johnston, Contract Specialist, AFLCMC/WLZ, e-mail: sonia.johnston@us.af.mil or Joshua Potter, Contracting Officer, AFLCMC/WLZ, e-mail: joshua.potter.5@us.af.mil. The capabilities assertion summary should be brief and concise, yet clearly demonstrate an ability to individually meet the stated requirements above. Respondents shall address each of the following:Your company’s past experience on previous efforts of similar complexity concerning relevant projects. The minimum data requirements (e.g., engineering drawings, parts list, and/or technical orders) and additional Government support required to address each of the requirements outlined in the assertion summary. How efforts will be installed/integrated onto existing or production T-7 aircraft, and describe additional government support/facilities that would be necessary to install modifications to T-7 Aircraft/systems.Rough schedule estimate outlining how long it would take to develop prospective modifications to a state ready for fleetwide installation.Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. If a company or team is capable of some, but not all of the aforementioned requirements, please provide a response that explains the specific requirements for which you are capable. Firms responding to this announcement should indicate whether they are a large business, other than small business, small business, Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), 8(a)-certified business, Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), or Historically Underutilized Business Zone (HUBZone) small business. All prospective contractors shall be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Note that the NAICS code for this requirement, if applicable to the company’s capabilities, should be included in the company’s NAICS code listing in SAM (www.sam.gov).The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business (or other socioeconomic) set aside, or a sole source acquisition. NOTE: If there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR clause 52.219-14, Limitations on Subcontracting. If it is determined that a Small Business Set-Aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a Small Business Set-Aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.Request that large and small businesses provide a reasonable expectation for small business utilization as an approximate percentage. Please provide supporting rationale for the recommended percentage. It is anticipated that appropriate security classifications for personnel and facilities will be required up to the Secret level to address requirements. Appropriate security requirements will be required before contract award.RESPONSES ARE DUE NO LATER THAN 6 MAY, 2024. Point of ContactSonia JohnstonContract Specialistsonia.johnston@us.af.mil Secondary Point of ContactJoshua PotterContracting Officerjoshua.potter.5@us.af.mil
Also Search For

Location

Country : USA

Classification

naicsCode 336412Aircraft Engine and Engine Parts Manufacturing