Contractor Logistics Support (CLS) and software upgrades for the AN/ASQ-213 High Speed Anti-Radiation Missile (HARM) Targeting System or HTS

expired opportunity(Expired)
From: Federal Government(Federal)
19_HTS_CLS_SWUP

Basic Details

started - 22 Mar, 2017 (about 7 years ago)

Start Date

22 Mar, 2017 (about 7 years ago)
due - 21 May, 2017 (about 7 years ago)

Due Date

21 May, 2017 (about 7 years ago)
Bid Notification

Type

Bid Notification
19_HTS_CLS_SWUP

Identifier

19_HTS_CLS_SWUP
Department of the Air Force

Customer / Agency

Department of the Air Force
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.

 1. AFLCMC/EBAK, Eglin AFB, FL, is conducting market research to investigate and plan for procuring the next 10-year increment of contractor logistics support (CLS) and software upgrades for the AN/ASQ-213 High Speed Anti-Radiation Missile (HARM) Targeting System or HTS.  CLS includes repairs, sustaining engineering, and logistics management to sustain the HTS fleet.  Software Upgrade Programs (SWUP) include the development, design, test, and delivery of new or enhanced software capabilities to ensure the HTS remains a viable system against emerging threats.  The proposed North American Industry Classification Systems (NAICS) Code is 811219 which has a corresponding Size standard of $20,500,000.  Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort.  The USAF expects to award separate, multiple contracts for CLS and SWUP for the next several years.  These multiple
contracts will cover activities like CLS, software upgrades, test station upgrades and replacement of obsolete parts.  Historically, the USAF awards an annual HTS CLS contract and fields a new HTS software update every 4 years.  The HTS provides the USAF's only suppression and destruction of enemy air defenses capability, and the USAF operates approximately 290 HTS pods in eight F-16 Block 50/52 squadrons.  Raytheon Missile Systems developed and produced the HTS for the USAF and is currently providing contractor logistic support and SWUP for the HTS.  The HTS R7 is the designation for the latest hardware configuration of the HTS.  The Government has no plans to procure additional HTS pods and does not own an HTS reprocurement data package; and therefore, cannot provide this data to interested parties.  In addition, the HTS incorporates anti-tamper provisions that are classified at the special access required security level.  Consequently, security directives limit the Government's ability to disclose such data only to those who have the required clearances to view and facilities in which to handle and store this data.2. In order to be considered a potential source for the next increment of HTS CLS and the SWUP contracts, interested parties must be able to meet the following requirements:                a. HTS CLS.                                (1) Meet the security requirements to view, handle, and store special access required, HTS anti-tamper data.                                (2) Manage and repair HTS R7 pods to meet or exceed the dock-to-dock availability requirement, which is a function of pods in service, pods in factory repair, and flight hours, and which has historically been between 80 and 90 percent (pods available for use).                                (3) Manage a HTS depot repair program to include material and equipment maintenance, transportation, failure and root cause analysis, technical support, and reliability engineering services.                                (4) Maintain a sustaining repair infrastructure to enable activities associated with HTS CLS to include management and repair of shipping containers, configuration and data management, and depot maintenance planning.                                (5) Provide a sustaining system engineering program to include an HTS parts obsolescence and material management program, total ownership cost reduction program, and an economical repair and component replacement analysis capability.                                (6) Provide an overall HTS program sustaining technical support capability to provide evaluation of HTS pod performance during operational test and evaluation and analysis of HTS anomalies during F-16 operational flight program integration testing.                                (7) Provide a CLS management program to support HTS customer interface; financial and cost planning and execution; technical interchange, aircraft interface, requirements, and program management reviews.                                (8) Establish a means to share technical and programmatic data with the Government (electronic means preferable).                b. HTS SWUP                                (1) Meet the security requirements to view, handle, and store special access required, HTS anti-tamper data.                                (2) Provide the means to participate with and assist the Government to study, review, research, and analyze warfighter HTS requirements and transform those requirements into improved capabilities by means of enhanced or upgraded software.                                (3) Develop, design, integrate, test, evaluate, and deliver HTS software improvements based on new warfighter requirements and that is compatible with F-16 aircraft software.                                (4) Establish and implement a risk management process to identify and mitigate HTS technical and programmatic risks as part of the software development process.                                (5) Exercise internal contractor planning and control processes for software design and development, systems engineering, and requirements and configuration management.                                (6) In conjunction with the Government, plan and execute a comprehensive HTS test program to include contractor test and evaluation, developmental test and evaluation, and operational test and evaluation.  Be able to provide HTS test mission data reduction and analysis and HTS performance assessments.                                (7) Provide mission planning data and technical support requirements for development of mission planning software as required to support enhanced or upgraded pod software.                                (8) Provide a HTS SWUP management program to support SWUP customer interface; financial and cost planning and execution; technical interchanges, aircraft interface, master planning and scheduling, and program management reviews.3.  Interested parties, who believe they can meet the Government's general requirements as stated in paragraph 2a and b above, should submit a statement of capability (SOC).  The SOC should include the following information:                a. A brief description and overview of your technical understanding and experience with the USAF HTS, the AGM-88 HARM, and the USAF F-16 Block 50/52 aircraft.                b. A description of your experience developing and integrating weapons or other sub-system software with operational flight programs of USAF fighter aircraft such as the F-15, F-16, F-22, or F-35.                c. A brief description of your knowledge and experience working with Air Combat Command, and Air Force Life Cycle Management Center requirements and acquisition personnel to identify, prioritize, and document system requirements using the capabilities-based requirements development process and other pertinent USAF and DoD acquisition-related instructions.                d. A description and plan of action on how you would go about providing CLS and a SWUP capability for the HTS pods currently in the USAF inventory, i.e., How do you plan to acquire the personnel, resources, facilities, and knowledge to provide a CLS and SWUP capability for HTS?                e. A description of the means by which you could obtain the data required to establish and maintain an HTS repair and sustaining engineering capability for the HTS pods.                f. A plan of action to identify and procure test equipment required to establish and maintain a diagnostic and repair capability for the HTS or HTS components.                g. A list of the Government furnished equipment and information you would require to establish and maintain HTS CLS and SWUP capabilities.                h. A list of facilities and locations where you would perform the work required to repair, maintain, and support HTS pods and design, develop, and test new HTS software.                i. If not already capable, rough order magnitude cost and schedule estimates of the cost and time to stand up an HTS CLS and SWUP capability that would meet the requirements in paragraph 2 a. and b. above.                j. Evidence you can meet the security requirements to view, handle, and store special access required, HTS anti-tamper information.                k. Any other information you believe to be pertinent regarding your ability to satisfy the USAF requirements for this acquisition.4. Firms responding to this synopsis should also state whether or not they are a small, small disadvantaged, 8(a), HUBzone certified, woman-owned, service-disabled veteran owned, or a minority-owned concern as defined in Federal Acquisition Regulation 52.219-1.  The Government will determine whether this acquisition shall be full and open competition, a limited competition, or sole source procurement based on responses to this synopsis and other market research.   Offerors shall limit the SOC to 25 pages, including attachments.5.  This synopsis is for planning purposes only and shall not be considered as a request for proposal or as an obligation on the part of the Government to acquire any products or services.  THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SYNOPSIS OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED.  No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this synopsis or the Government's use of such information.  The Government reserves the right to reject, in whole or part, any contractor's input resulting from this synopsis.  This synopsis does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract.  The information you provide will be used by the Air Force to develop an acquisition strategy.  Industry is encouraged to respond with information not constrained by proprietary data rights.  However, if proprietary data is included in your reply, please mark it appropriately.  Any subsequent actions resulting from the evaluation of the information provided because of this synopsis may be synopsized at a future date.  If synopsized, information detailing the specific requirements of this procurement(s) will be included.6. An Ombudsman has been appointed to address concerns from offerors or potential offerors.  The Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel.  When required, the Ombudsman shall maintain strict confidentiality as to their source of the concern.  The Ombudsman contact information:Col Deborah CafarelliAFLCMC/EN102 West D Ave., Bldg 11EGLIN AFB, FL 32542-5495850-883-37017.  RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 21 MAY 2017.  Direct all questions concerning this requirement to the contracting officer, Ms. Mariam Younger at AFLCMC/EBAS.  By Mail - ATTN:  Mariam Younger, 207 West D Ave, Suite 214, Eglin AFB, FL 32542; vial e-mail -mariam.younger@us.af.mil with the subject line "19_HTS_CLS/SWUP" or by phone - (850) 883-0279, Fax (850) 883-0534.  Because some HTS documents are classified, your request must contain the company's complete name, address and zip code, cage code, and cognizant security office name, address and zip code.  Also include the mailing address and POC with a phone number.Contact Information: Jeffrey S. Tolar, Phone 8508830301, Email Jeffrey.Tolar.1@US.AF.MIL - Mariam Younger, Contracting Officer, Phone 8508830279, Email mariam.younger@us.af.mil Office Address :207 W D Ave, Bldg 349 Eglin AFB FL 32542 Location: AFLCMC/EBAK - Eglin Set Aside: N/A

207 West D Avenue, Mail Suite 214Eglin AFB, FLLocation

Address: 207 West D Avenue, Mail Suite 214Eglin AFB, FL

Country : United StatesState : Florida

Classification

NAISC: 811219 GSA CLASS CODE: J