F-16 Mission Training Center Sources Sought Synopsis Notice

expired opportunity(Expired)
From: Federal Government(Federal)
FA8621-18-R-0008

Basic Details

started - 09 Nov, 2017 (about 6 years ago)

Start Date

09 Nov, 2017 (about 6 years ago)
due - 01 Dec, 2017 (about 6 years ago)

Due Date

01 Dec, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
FA8621-18-R-0008

Identifier

FA8621-18-R-0008
Department of the Air Force

Customer / Agency

Department of the Air Force

Attachments (1)

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.

Added:
Nov 09, 2017 4:36 pm
***See attached document for full details regarding this notice***
This is an SSS/RFI only in accordance with Federal Acquisition Regulation (FAR) 52.215-3 - Request for Information or Solicitation for Planning Purposes (Oct 1997). Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Only United States companies will be considered for contract award.
For the F-16 Mission Training Center, the Government is conducting market research to identify, as potential sources, companies that may possess the expertise and capabilities to competently and competitively respond to requirements to provide operations, maintenance, and sustainment (OM&S) support including: Contractor Logistics Support (CLS), Training System Support Center (TSSC) services to include modifications/upgrades and Distributed Mission Operations (DMO) support and testing, database development, and site visits for a period of
up to fifteen (15) months and three (3) days.
The F-16 MTC is a 4-ship high fidelity training center, providing training for Block 40/42 and Block 50/52 aircrew.
Each MTC is a DMO Federate System that can interoperate with other geographically separated DMO Federate Systems, as part of a DMO Federation linked by the DMO Network (DMON), to enable real-time combat team training during scheduled DMO events.
This drives the requirement for Joint Special Access Program Implementation Guide (JSIG) Risk Management Framework (RMF) cybersecurity and enhanced security requirements.
Additionally, there is a requirement for Nellis Mission Operations Network (
NMON) connectivity for the MTC which drives a requirement for Top Secret/SCI operations at Nellis.
The Government is currently contemplating the acquisition strategy for the F-16 Simulator Training Program (STP) re-compete action, which includes the F-16 MTC program, and this sources sought synopsis serves as market research to identify support services which may be available following the conclusion of the existing F-16 MTC contract on 28 December 2018 until the F-16 STP contract award and transition is complete. Results of the market research will determine the approach for interim continued support.
For this acquisition, potential sources must be able to design, develop, implement, test, install, and manage required hardware/software upgrades for the F-16 MTC. During the first twelve (12) months of the 15 month 3 day period, the existing F-16 MTC Contractor will be simultaneously completing development and fielding on the M7.2+ Operational Flight Program (OFP) upgrade for the F-16 MTCs; therefore, the Contractor will be required to work with existing F-16 MTC contractor in maintaining the hardware and software technical baseline.
The Government anticipates a FAR Part 15 contract. Potential sources must have the required personnel available with the required Special Access Program (SAP) clearances and a Defense Security Services (DSS) accredited facility with physical security at the Secret SAP level available for the F-16 MTC TSSC to start work in the 1st Quarter of Calendar Year 2019. The CLS technicians at Nellis AFB will require a TS/SCI clearance.
The Government does not intend to award a contract on the basis of this sources sought synopsis or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and Proposal costs, of the FAR. Companies responding to this sources sought are advised that participation does not ensure involvement in future solicitations or contract awards. The Government will not reimburse any company or individual for any expenses associated with preparation or participation in this SSS/RFI. Respondents are solely responsible for all expenses associated with responding to this SSS/RFI.
Although "proposal" and "offeror" are used in this SSS/RFI, your response will be treated as information only. It will not be used as a proposal.
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 set aside, or a sole source acquisition.
If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of potential offerors to monitor this site for additional information pertaining to this requirement.
Formal responses should be e-mailed to steven.selm@us.af.mil and michael.swanger.1@us.af.mil. REQUEST RESPONSES NLT COB 01 December 2017. Also, please mail an original signed copy of your response, postmarked on or before the same date, to:
AFLCMC/WNSK
Attn: Steven Selm, Contracting Officer
2300 D Street, Bldg 32
Wright Patterson AFB, OH 45433-7249
E-mail: steven.selm@us.af.mil
Phone: (937) 255-2635
The Government reserves the right to conduct discussions with respondents to this SSS/RFI. Such discussions would only be intended to get further clarification of potential capability to the requirements. Technical questions regarding this SSS/RFI should be submitted in writing to Mr. Michael Swanger, Program Manager, AFLCMC/WNSA, (937) 255-4761.
***See attached document for full details regarding this notice***

Multiple Locations Worldwide; see paragraph 2.1 of attached document for a full listing of F-16 MTC sites United StatesLocation

Place Of Performance : Multiple Locations Worldwide; see paragraph 2.1 of attached document for a full listing of F-16 MTC sites United States

Country : United States

You may also like

NOTICE OF ESCHEAT ACTION UNDER ALASKA STATUTE 38.95.200

Due: 30 Mar, 2024 (in 1 day)Agency: Natural Resources

Notice of Planned Procurements 2024

Due: 31 Dec, 2024 (in 9 months)Agency: Government of Quebec

GCK SRE Notice to Bidders

Due: 17 Apr, 2024 (in 19 days)Agency: Garden City

Please Sign In to see more like these.

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

Classification

336 -- Transportation Equipment Manufacturing/336413 -- Other Aircraft Parts and Auxiliary Equipment Manufacturing