SOURCES SOUGHT
J -- Airborne Warning and Control System (AWACS) Enterprise Contracting Effort, AWACS E-3 System Labs infrastructure support and aircraft maintenance
- Notice Date
- 4/25/2025 12:37:37 PM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- FA8730 KESSEL RUN AFLCMC/HBBK HANSCOM AFB MA 01731-2100 USA
- ZIP Code
- 01731-2100
- Solicitation Number
- FA2363-25-D-0010
- Response Due
- 5/11/2025 2:00:00 PM
- Archive Date
- 05/26/2025
- Point of Contact
- Brett Clemens, Phone: 7812255722, Allison Eacrett
- E-Mail Address
-
brett.clemens.1@us.af.mil, allison.eacrett@us.af.mil
(brett.clemens.1@us.af.mil, allison.eacrett@us.af.mil)
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) ONLY Request for Information for Airborne Warning and Control System (AWACS) Enterprise Contracting Effort Battle Management Command & Control Division AFLCMC/WIM 3 Eglin Street Hanscom AFB, MA 01731-2100 Program Manager: Mr. Christopher Cerovac Contracting Officer: Mr. Brett Clemens THIS IS A REQUEST FOR INFORMATION (RFI) ONLY 1. Description This is a Request for Information (RFI) as defined in FAR 15.201(e). This RFI is issued to identify qualified sources that can maintain and operate the current AWACS E-3 System Labs and ongoing/future integration efforts for the E-3 platform. In accordance with (IAW) FAR 52.215-3, Request for Information or Solicitation for Planning Purposes, this RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (SAM.GOV) website. It is the responsibility of the potential respondents to monitor this site for additional information pertaining to this requirement. 2. Background The AWACS E-3 System Labs infrastructure supports development, production, and sustainment programs during system and sub-system testing at Boeing Field, Seattle, WA, in the Boeing Military Flight Center (MFC). The lab assets also support multiple international AWACS projects on a maintenance fee basis, including projects for France, Saudi Arabia, the United Kingdom, Japan, and North Atlantic Treaty Organization (NATO) efforts. This allows the U.S. government to leverage the capabilities of the AWACS System Labs to provide support and services to key international partners and allies who operate the AWACS aircraft. The AIL (AWACS Integration Lab) is populated with Government-Furnished Property (GFP) and incumbent-owned capital equipment. The incumbent contractor provides access, environmental, and security functions to ensure the proper operation and maintenance of the lab infrastructure and assets. This allows the government to focus on the technical work while the contractor handles the facility management and support services. The E?3 System AITS provides the environment to provide for the development and testing of new software and hardware prior to operational aircraft integration. This System Level Integration and Software Development environment is presently housed at contractor?owned facilities. The System AITS lab is comprised of extensive Boeing infrastructure designed specifically to house the lab environment, combined with a substantial suite of GFP assets. The AITS services were proposed by Boeing in the 1970�s during the early days of the AWACS program as part of the original EMD contract to allow for the conduct of integration and test requirements associated AWACS programs in a lab environment to economize and reduce the amount of actual flight testing. Since then, the AWACS representative lab environment has existed at the Boeing facility in Seattle, WA for the purpose of providing the lab support required by AWACS upgrade programs to execute their respective missions. Among the most critical customers of the System AITS lab Environment is the AWACS Foreign Military Sales (FMS) customers. The respondent should be capable of detailing their capabilities of providing scheduled maintenance for air vehicle, flight mission systems and AWACS mission systems and ground systems. Scheduled maintenance activities are forecast and will be updated to the Contractor in advance of each aircraft induction. The Contractor shall accomplish maintenance actions IAW customer technical order procedures, and when applicable, per Scheduled Maintenance processes developed by Contractor. Ground Operating Procedures (GOP)s will be released by AFLCMC. The respondent should be capable of detailing their capabilities of providing unscheduled maintenance support for air vehicle, flight mission systems, AWACS mission systems, avionics, structures, mechanical systems, and ground Support Systems for which the prime contractor or foreign partner does not have knowledge expertise, experience, specialized engineering capabilities, or data that is unique to the OEM. Ground Operating Procedures (GOP)s will be released by AFLCMC. 3. Description of Requirements THIS IS A REQUEST FOR INFORMATION (RFI) ONLY Interested potential sources should respond by identifying their capabilities in providing the scope of work identified above. Respondents must be able to meet the requirements associated with: a. AWACS E-3 system level integration (radar, sensors, communication, mission computing and the ground segment equipment) capability to compliment the GFP b. manage Cyber Security and Physical security in plant c. manage, operate, and maintain the AWACS system and sub-system infrastructure d. installation of new hardware and software in the AWACS E-3 Labs e. configuration, maintenance, operation, and modification of an AWACS E-3 Labs f. perform Engineering and integration analysis g. perform test and evaluation on the AWACS E-3 Labs h. perform cybersecurity and accreditation tasks on the AWACS E-3 Labs in plant i. document architecture j. develop and maintain lab scheduling k. develop installation and setup procedures l. develop test and evaluation procedures m. tech order support n. subject matter expert support o. pilot support p. training support q. aircraft integration & check out r. aircraft maintenance s. aircraft test conduct t. aircraft test support u. tech refresh/DMSMS v. emerging systems/prototype development w. import/export support x. recurring engineering services y. data services z. administration aa. travel bb. specialty metals cc. security dd. service requirements ee. deliverables Respondents to this RFI should provide information on how they would conduct system and subsystem infrastructure activities, overarching weapon system engineering, and integration test engineering. Respondents will detail how they will accomplish a-g below: a. strategy to gain access to AWACS System Labs b. obtain access to AWACS Specifications, Interface Control Documents (ICDs), and verification methods/data bases used for modernization verification and qualification for the AWACS E-3 Labs c. maintain and administer the AWACS Functional Specifications within the infrastructure for the AWACS E-3 Labs d. perform E-3 aerodynamic, electromagnetic interference, and Size, Weight, and Power (SWaP) Analysis e. conduct engineering, verification, and qualification testing f. define interface standards/requirements via the Interface Control Working Group (ICWG) g. detailing their capabilities of providing scheduled and unscheduled maintenance support for air vehicle, flight mission systems, AWACS mission systems, avionics, structures, mechanical systems, and ground Support Systems 4. Responses Your response shall not exceed ten (10) 8.5x11 inch, single spaced, single sided pages in length. Responses THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to this RFI will only be accepted via email. Send your response to the Contracting Officer, Mr. Brett Clemens brett.clemens.1@us.af.mil and Contract Specialist Allison Eacrett allison.eacrett@us.af.mil no later than 15 calendar days after publication of this announcement. Responses must be unclassified. Proprietary information, if any, should be minimized and must be clearly marked. Please be advised that submission will not be returned. Section 1 of your paper shall provide administrative information pertinent to the business unit responding to the RFI. Provide the following Business Unit Information: QUALIFICATION INFORMATION: Company / Institute Name: Address: Point of Contact: CAGE Code: DUNS number: Phone Number: E-mail Address: A statement as to whether your company is large or small business under NAICS code 541380 � Testing Laboratories, size standard $15.0 million dollars. Also indicate if you are: A non-profit entity, a small business, a small, disadvantaged business, Section 8(a) small business, woman-owned small business, a veteran owned small business, service-disabled veteran-owned small business, an economically disadvantaged women-owned small business or a Hub Zone small business. A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). The security clearance level of the respondent. Advisory and Assistance Services (A&AS), Specialized Cost Services (SCS) and Federally Funded Research and Development Center (FFRDC) contractors will be reviewing data submitted in response to this RFI. Employees of the companies listed below have standard Non-Disclosure Agreements (NDA) available to the Government contracting offices. If additional NDAs are required, please contact the Contracting Officer 5 days prior to submitting your RFI response. The list of A&AS/SCS/FFRDC contractors at Hanscom AFB includes but is not limited to: Odyssey Systems Consulting Group Oasis Systems LLC Quantech Services Inc. MITRE Corporation Torch Technologies Georgia Tech Research Institute 5. Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer and Contracts Specialists. Verbal questions will not be accepted. Questions will be answered by e-mail; accordingly, questions shall not contain proprietary or classified information. The Government does not guarantee that questions received after 7 days of the publication date of this RFI will be answered. 6. Summary THIS RFI IS SOLELY FOR INFORMATION AND PLANNING PURPOSES AND DOES NOT CONSTITUTE SOLICITATION. THE GOVERNMENT DOES NOT INTEND TO AWARD A THIS IS A REQUEST FOR INFORMATION (RFI) ONLY CONTRACT ON THE BASIS OF THIS RFI, AND RESPONSES TO THIS NOTICE ARE NOT OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. RESPONSES TO THIS RFI WILL NOT BE RETURNED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/57b2575fcfe2482bb2eb52c87cc3fc0f/view)
- Place of Performance
- Address: Oklahoma City, OK, USA
- Country: USA
- Country: USA
- Record
- SN07422348-F 20250427/250425230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |