Royal Thailand Air Force AT-6 Wolverine Capability Upgrade

expired opportunity(Expired)
From: Federal Government(Federal)
FA8694

Basic Details

started - 11 Jun, 2021 (about 2 years ago)

Start Date

11 Jun, 2021 (about 2 years ago)
due - 23 Jun, 2021 (about 2 years ago)

Due Date

23 Jun, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
FA8694

Identifier

FA8694
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEPT OF THE AIR FORCE (60635)AFMC (17424)AIR FORCE LIFE CYCLE MANAGEMENT CENTER (4877)PEO-FIGHTER AND ADVANCE AIRCRAFT (17)FA8694 ADVANCED AIRCRAFT AFLCMC WA (17)
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.

Sources Sought Synopsis (SSS)  8 June 2021Royal Thailand Air Force AT-6 Wolverine Capability UpgradeSolicitation Number:Notice Type: Sources SoughtPosted Date: 8 June 2021Response Date: 15 days Set Aside: N/AClassification Code: 336411- Aircraft ManufacturingNAICS Code: 336411 - Aircraft conversionsAgency: Department of the Air ForceOffice: Air Force Life Cycle Management Center (AFLCMC)/ Fighters and Advanced Aircraft Directorate (WAB) Location: Wright-Patterson Air Force Base, OhioInterested vendors are encouraged to check this site often to view any updates and additions. The Government is interested in providing as much information as possible to interested vendors. If there is a particular document or specific information an interested vendor would like to see included in the Bidder's Library, please send that request to the Points of Contact identified herein.PLEASE NOTE: THE GOVERNMENT IS NOT SOLICITING PROPOSALS AT THIS TIME. NO CONTRACT WILL RESULT FROM THIS
POSTING.1.0 DESCRIPTION:This is a SOURCES SOUGHT SYNOPSIS (SSS) in accordance with Federal Acquisition Regulation (FAR) 5.2. Responses to this notice are not offers and cannot be accepted by the United States Government (USG) to form a binding contract. The USG is conducting market research to identify, as potential sources and subcontracting opportunities, firms that may possess the expertise, capabilities, experience and necessary data to competently and competitively respond to all requirements to provide the components for a Foreign Military Sale (FMS) with the Royal Thailand Air Force (RTAF) as identified in the Background section.  The level of security clearance and amount of foreign participation in this acquisition has not been determined.1.1 BACKGROUND:The Royal Thai Air Force (RTAF) AT-6 Wolverine capability enhancement program is a Foreign Military Sales (FMS) program executed and funded by a pseudo-Letter of Acceptance (LOA) with 333 Building Partner Capability (BPC) grant funding. The RTAF AT-6 Wolverine program is seeking to acquire for the AT-6 Wolverine RTAF platform to augment a Direct Commercial Sale (DCS): (4) Wescam MX-15D Electro-Optical/Infrared (EO/IR) sensor(4) Common Multi-Band Datalink (CMDL2x) aircraft transceiver (exportable version)(2) Rover Ground Terminals compatible with CMDL2x (exportable version)(1) PT6A-68D Engine (Spare)(16) HMP-400 Gun System (Pod and .50 CAL gun)Training for EO/IR sensor, CMDL, Rover, and gun system to align with Textron already developed trainingAddition of 4 pilot/maintainer training to support Textron DCS training curriculumThe RTAF are procuring AT-6 Wolverine aircraft, a non-developmental aircraft, from Textron through a Direct Commercial Sale. Textron is the Original Equipment Manufacturer (OEM) for the AT-6 Wolverine aircraft.The scope of this effort is to purchase and consolidate items at the OEM facility for shipment to Thailand Air Force along with DCS sale purchased items. Shipping will be completed through the OEM to RTAF with the exception of the Lavatory Service Cart or Truck which will be shipped straight to country. Training to be included is for component training is for the CMDL, Rover, and gun system and the addition of 4 pilot/maintainers to support the Textron DCS training.1.2 REQUIREMENTS:The contractor, in its response, shall provide information concerning its expertise and capabilities for the potential procurement of exportable components and training to support the AT-6 Wolverine aircraft Direct Commercial Sale from Textron. The components procured will be consolidated to one shipping point (Textron) who may or may not integrate the components onto the aircraft prior to final delivery to RTAF. Integration of the components by a contractor is not required, only purchase and delivery to Textron. TASKS: Purchase components matching equipment being acquired through DCS with Textron, have items shipped to Textron, and provide training for EO/IR sensor, CMDL, Rover, and gun pods, and 4 additional pilots/maintainers utilizing Textron curriculum.Ensure the components bought are the exportable variantsPurchase components (as listed in quantities above)Ship components to Textron consolidation pointConduct training for EO/IR sensor, CMDL, Rover, and gun pods for RTAF pilots identified for AT-6 training on DCS contractAddition of  4 pilots/maintainers to Textron training curriculum established under DSC contrac2 CAPABILITY SURVEY:2.1 Company ResponseBoth large and small businesses are encouraged to participate in this market research. The results of this market research will allow the USG to make a determination as to whether this effort will be a sole source, full and open, full and open after exclusion of sources, or small business set-side acquisition. It is advised that you provide a sufficient response to all capability questions to allow the USG to appropriately assess your capabilities.Any information submitted by respondents to this SSS is strictly voluntary. This SSS does not constitute a RFP or an Invitation for Bid. SSS issuance does not restrict the USG's ultimate acquisition approach. The USG will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to this SSS.Direct and concise responses are required and should clearly demonstrate your ability to meet the stated requirements. Recent relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements, including joint ventures, should be clearly delineated  andprevious experience in teaming must be provided. Marketing material is considered an insufficient response to this SSS.2.2 Business InformationIn response to this SSS, please provide the following business information for your company/institution and for any teaming or joint venture partners:Company/Institute Name:Address:Point of Contact:Commercial and Government Entity (CAGE) Code:Phone Number:E-mail Address:Web Page URL:Size of business pursuant to North American Industry Classification System (NAICS) Code: 336411. Size standard: $32.5M. Based on this NAICS Code, state your company business size. If you are a Small Business (SB, WOSB, EDWOSB, SOB, 8(a), HUBZone, VOSB, SDVOSB), please explain whether your company would be capable of meeting the requirements of FAR 52.219-14, Limitations on Subcontracting.Small Business (Yes/ No)Woman Owned Small Business (Yes / No)Small Disadvantaged Business (Yes / No)Economically Disadvantaged Women-Owned Small Business (Yes / No)Disadvantaged Women-Owned Small Business (Yes / No)8(a) Certified (Yes / No)HUBZone Certified (Yes / No)Veteran Owned Small Business (Yes / No)Service Disabled Veteran Owned Small Business (Yes / No)Large Business (Yes / No)System for Award Management (SAM) Registered (Yes / No)All prospective contractors must be registered in the SAM database to be awarded a DoD contract. The Government believes the NAICS code for this acquisition is 336411. If you do not agree, please suggest a NAICS code and provide your rationale. 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.2.3 General Capability:Describe briefly the elements of your company and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure.Describe your company's past experience on previous projects (no more than three examples) similar in purpose and/or complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual points of contact (Contracting Officer or Program Manager). Include your company's responsibility/role as a prime and/or subcontractor on each of these projects.Describe your specific capabilities of working with Foreign Military Sales (FMS) contracts in the past and registration with the U.S Department of State for import and export of materials.Describe your experience with supporting aircraft in accordance with Federation Aviation Administration (FAA), or equivalent requirements and providing support personnel who are FAA-certified (or equivalent).Describe any other relevant topics, concerns, and information that will help the USG in forming an acquisition strategy3. ADMINISTRATIONAn Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate concerns during the proposal development phase of this acquisition. Potential sources should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential sources are invited to contact AFLCMC's Ombudsman with serious concerns only:             Col Sean Tucker          AFLCMC/AQ 1790 10th Street         Wright-Patterson AFB, OH 45433-7630         Tel: 937-785-5512          Fax: 937-785-7916          sean.tucker.1@us.af.milInterested parties who believe they can provide the required RTAF components buy/shipping requirements may respond by submitting their response to the above questions in paragraphs 2.2, Business Information and paragraph 2.3, General Information, via email. Written responses to this synopsis shall contain sufficient documentation to establish a bona fide capability to fulfill this requirement. The intent of this notice is not a request for competitive proposals. Please submit all responses related to this notice, via email, to matthew.switala@us.af.mil by 4:00 PM (EST) 15 calendar days after the release of this document.The USG does not intend to award a contract on the basis of this SSS or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection FAR 31.205-18, Bid and Proposal costs, of the FAR. Companies responding to this SSS are advised that participation does not ensure involvement in future solicitations or contract awards. The USG shall not reimburse any company or individual for any expenses associated with preparation or participation in this SSS. Respondents are solely responsible for all expenses associated with responding to this SSS.A point of contact that can speak for the responding company should be identified to support further USG inquiries as well as explanations that might be needed with regard to the information provided.Written responses to this synopsis shall contain sufficient documentation to establish a bona fide capability to fulfill this requirement. The intent of this notice is not a request for proposal. Responses shall be limited to 25 pages, 8.5"x 11"pages, in English, 12 point font, Times New Roman, and 1 inch margins. The response shall be provided in searchable ADOBE ACROBAT (.pdf) format.4. Contracting Office Address:    Attn: Matt Switala  – Building 556     2690 Loop Road West     Wright-Patterson AFB, Ohio 45433-7218 United States     matthew.switala@us.af.mil5. Potential Places of Performance:     Wichita, Kansas    Don Muang AB Thailand

KS  67215  USALocation

Place Of Performance : N/A

Country : United StatesState : KansasCity : Wichita

You may also like

Sources Sought: US Air Force Academy Footlockers

Due: 06 May, 2024 (Tomorrow)Agency: DEPT OF DEFENSE

Air Traffic Management Surveillance System and Sub-Systems Project

Due: 10 Jun, 2024 (in 1 month)Agency: Cayman Islands Government

OPERATIONS AND MAINTENANCE FOR EGLIN AIR FORCE BASE SUPPORTING DEFENSE HEALTH AGENCY

Due: 21 Mar, 2026 (in 22 months)Agency: FEDERAL ACQUISITION SERVICE

Please Sign In to see more like these.

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

Classification

naicsCode 336411Aircraft Manufacturing