Search Contract Opportunities

AN/ASK-7 Data Transfer System (DTS)   3

ID: SPRWA1-20-R-0026 • Type: Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: March 10, 2021, 12:02 p.m. EST

Solicitation is amended as shown in Amendment 0006 (attached).

This solicitation is hereby re-opened and proposal due date is extended to 14 April 2021.

First Articles and Test Report required delivery dates have been revised to 720 calendar days.

AFMC 260, First Article and CDRL A011 have been revised and are attached.

Solicitation is amended as shown in Amendment 0005 (attached).

Clause 252.222-7999 is hereby removed from this solicitation.

Solicitation is amended as shown in Amendment 0004 (attached).

This solicitation is hereby re-opened and proposal due date is extended to 15 February 2021.

First Articles and Test Report required delivery dates have been revised to 540 calendar days.

AFMC 260, First Article, CDRL A009, and CDRL A011 have been revised and are attached.

A summary of questions and answers as of 5 January 2021 are:

Q10: Is it possible to receive a complete Technical Data Package which includes all mechanical drawings, all fabrication drawings, including all assemblies with Bills of Material (BOM's) for the current AN/ASK-7 DTS NSN 7025-01-514-2659?

No, a production level TDP of the legacy DTS is not available.

Q11: Is cooling for the AN/ASK-7 DTS achieved by conduction to the aircraft framework or via forced air cooling?

See section 3.1.3 (which references section 3.2.5.3 (which references MIL-HDBK-454, Guideline 52))

Q12: Are electrical schematics of the CCA(s)/board (s) available in any format (pdf or dsn)? Additionally, are Gerber files or PCB Layout source files available for all CCAs?

No, this data is unavailable. No, this data is unavailable.

Q13: Is there a searchable version of the Source Control Drawing B-52H Data Transfer System, Drawing Number 754-11300 which can be provided, as the .pdf version included in the solicitation is not searchable?

No

Q14: Does the B-52H Fiber Channel network include any extensions beyond the protocols specified in the ANSI standards listed in section 2.0 of the Source Control Drawing B-52H Data Transfer System, Drawing Number 754-11300?

No

Q15: The Source Control Drawing B-52H Data Transfer System, Drawing Number 754-11300; Paragraphs 3.1.1 and 3.2.1.1 implies that most of the functions that can be performed via the Fibre Channel network can also be performed via the MIL-STD-1553 network?

Per section 3.1.2.1, the DTS shall communicate with the B-52 promary ACY via one dual redundant multiplex MIL-STD-1553A data bus pair and a redundant FC high-speed data bus. Is it required to implement the SCSI command protocol or some subset of it over the 1553 interface (similar to the way iSCSI embeds the SCSI-3 protocol over a TCP/IP carrier)? If so, what document specifies this data interface?

See section 3.1.2.1 for referenced multiplex communication and electrical characteristics documents

Q16: Were there any feasibility studies or proof of concept studies conducted in support of the AN/ASK-7 program that were predecessors to this solicitation, which can be provided to offerors?

There is a legacy DTS with at least 3 versions/revisions over its lifespan.

Q17: Are there any unique interface requirements for the cartridge to facilitate data exchange with the mission planning and debriefing systems?

No

Q18: Is there a requirement for interoperability with existing supporting test equipment for the AN/ASK-7?If so, can technical data associated with that support equipment be made available?

No, the legacy test equipment/procedures are proprietary. N/A

Q19: Is the Source Code for the current AN/ASK-7 available distribution to offerors?

No, the legacy source code is proprietary.

Q20: Will the USG be providing any Customer Furnished Material (CFM) as a part of this contract? If so, what CFM is available?

No. N/A

Q21: In the amended solicitation announcement, it states that A prospective contractor will develop a production level technical data package for a suitable F3I drop-in replacement of the LRU and associated CDRLs. This effort will include testing and qualification of the First Articles and production spares. The period of performance for the entire effort will be 5 years including the First Article deliveries within 240 calendar days of contract award followed by DTS production units after approval of First Articles. Based upon that statement, is it the USG's program objective to develop a complete F3I replacement of the LRU for the AN/ASK-7 DTS or simply to address parts obsolescence issues on the individual internal CCAs within the existing LRU?

The Government's objective is to resolve obsolescence issues, put an end to spares shortages and overcome TDP (Technical Data Package) shortfalls, both on the production level and the operation and maintenance level. Pending approval, the Government is granting the Vendor awarded this contract the option of how they meet these objectives.

Q22: In the amended solicitation announcement, the USG's answer to Question 5 was incomplete in terms of addressing the schedule for completion of FAT. As the previous inquirer expressed, unless there is a production-ready design already in existence requiring only minimal tweaking , it is challenging to meet either the 90 or the new changed schedule of 150 days, and is inconsistent with the stated objective of a development effort to produce a production ready TDP of a F3I replacement, delivery of production first article flight unit hardware and accompanying Safety of Flight testing. Is there a USG need which is driving the FAT schedule to under 300 days, other than to restrict competition to an incumbent supplier?

Yes, there is a USG need. There are 4 drivers for this effort.

  1. There is a lack of spares on the shelf (the USG is carcass constrained where the legacy DTS is concerned).
  2. There are a number of identified obsolescence issues (making the legacy DTS unprocurable).
  3. The repair throughput is insufficient to meet current and future demand levels (as represented by a significant number of MICAPS and Backorders).
  4. And, there is an insufficient Technical Data Package (both production level and operation and maintenance level) for the legacy DTS.

Q23: The SOW for B-52 DTS PR#FD2060-19-00744; Paragraph 1.2 Background states ...there are 10 parts that are obsolete with no known replacements across the circuit cards. Development of a suitable F3I (Form, Fit, Function and Interface) drop in replacement is required in order to meet this requirement. The DTS is not undergoing modernization, as such, this requirement is imperative to support and sustain the system for the B-52H platform. Please clarify as to whether this acquisition for a F3I replacement at the LRU level (box level) or at the SRA (CCA level)?

To reiterate, the Government's objective is to resolve obsolescence issues, put an end to spares shortages and overcome TDP (Technical Data Package), both on the production level and the operation and maintenance level, shortfalls.

Q24: Is it possible to receive an extension to the submission date commensurate with the release of the USG's response to all submitted questions?

No extension is contemplated at this time.

Solicitation is amended as shown in Amendment 0003 (attached).

A summary of questions and answers as of 18 December 2020 are:

Q7. Will there be a simulator or access the aircraft for testing and software development?

Refer to Statement of Work paragraphs 4.1.2 and 4.3.2. To clarify, access to the SIL and a B-52 for testing and software development will be scheduled with/through the B-52 SPO by the Government Engineer.

Q8. will the Government provide GFM?

The Government will be provided GFM (ADTC/DTC) which will include incorporating applicable Government Furnished Property clauses to the resulting contract.

Q9. Section L references only three volumes (1- Completed RFP and Clauses, 2 Written Technical Proposal and 3 Small Business Participation), while Section M makes reference on Page 49 of the Solicitation under Cost/Price Factor states: The offeror's Cost/Price proposal will be evaluated for reasonableness. Are we to assume that since it appears in the Volume III, Small Business Participation section of Section M that the Cost/Price proposal (to include Attachment 1: Pricing Matrix) is part of Volume III and not a separate Volume?

Section L Instructions to Offers PROPOSAL REQUIREMENTS of the solicitation. Refer to page 38, Volume I, Completed RFP and Clauses. "The offeror shall submit cost and pricing information in Schedue B of the RFP". The Pricing Matrix is a part of Schedule B. As far as Section M, maybe there should have been extra spaces between the rating table and Cost/Price Factor.

Q10. What is the interface (connection) between the ADTC (cartridge) and the Air Force Mission Support System (AFMSS) ADTC receptacle? The document describes that a high speed interface is used between the ADTC and the DTR, but nothing describes the interface between the ADTC and the AFMSS.

The DTC to DTR interface is a SCSI bus. Anything that otherwise connects to DTC utilizes this SCSI bus.

Solicitation is amended as shown in Amendment 0002 (attached).

A summary of questions and answers as of 7 December 2020 are:

Q1 There is a discrepancy of First Article required delivery date between Statement of Work and solicitation.

FA delivery date changed to 90 days to be consistent throughout documents with Amendment 0001

Q2 Is drawing D675-60000-18 missing from Data Package?

Government Engineer is reviewing the Data Package for missing documents

Q3- The requirement for Secret Classified Clearance is mentioned in the solicitation. Currently our direct employees do not possess Secret clearance, but our subcontractors could have it where it applies to satisfy your requirements, or we could obtain it with a sponsor. Would our current situation preclude us from participating in this solicitation?

The requirement for Secret Classified Clearance is a condition of award. A prospective contractor is not required to have clearance to submit a proposal, but a successful contractor must have clearance prior to receiving award. The clearance is for the prime contractor.

Q4- When you refer to first article test (FAT), is that for production ready systems?

Yes, production ready systems. Per the First Article Requirements, the First Articles will be part of the production quantity and serve as a manufacturing standard.

Q5- Your schedule for FAT delivery was compressed from 300 days to 90 days in the latest amendment. Has some contractor demonstrated an alternate working solution for this application to you already? Unless there was a production ready design needing minimal tweaks there is no way to make that schedule for FAT.

First Article delivery has been expanded from 90 days to 150 days. See Amendment 0002

Q6- Given the level of due diligence required to bid a redesign effort, respectfully requests a proposal due date extension to 1/31/2021.

A proposal due date is extended to 22 January 2021. See Amendment 0002

Solicitation is amended to correct the Required Delivery dates for CLIN 0001 and CLIN X003 and to attach a revised Form 260 First Article Report and DD Form 1423 CDRL A011. Proposal due date remains unchanged. See SPRWA120R0026_0001 attached herein. Also attached herein are AFMC_260_FA_REVISED and CDRL_A011_Revised

This requirement is a full and open competitive source selection for the AN/ASK-7 Data Transfer System (DTS) legacy NSN 7025-01-514-2659, part number D1321000001. A prospective contractor will develop a production level technical data package for a suitable F3I drop in replacement of the LRU and associated CDRLs. This effort will include testing and qualification of First Articles and production spares. The period of performance for the entire effort will be 5 years including the First Article deliveries within 240 calendar days of contract award followed by DTS production units after approval of First Articles. A new NSN will be assigned once the First Article is approved.

The Government will use Technical Acceptability, Small Business Participation Acceptability and Price trade off best value source selection to award a Requirements type contract with Best Estimated Quantities as defined in FAR 16.503(a).

The DTS is considered to be a Prime Mission Equipment, a Mission Critical Item and an Offensive Avionics System (OAS) on the B-52H. It contains Hardness Critical Items. There are known obsolescence issues within the legacy DTS and during the design/manufacture of this system, obsolescence issues will need to be resolved. The DTS shall be designed and manufactured to meet the requirements IAW Statement of Work and Source Control Drawing (SCD) 754-11300.

A prospective contractor shall ensure applicable contractor/subcontractor personnel will be able to obtain security clearance(s) at the SECRET level for proper accomplishment of these requirements. The security clearance(s) shall be obtained IAW the Department of Defense (DD) Form 254, Department of Defense Contract Security Classification Specification.

A formal solicitation, with all associated attachments, is available electronically on beta.SAM.gov with a closing date to be thirty calendar days from the date of the RFP release. Anyone wishing to participate in the proposed procurement must obtain their copy from the internet. Copies will not be mailed from the Contracting Office.

Posted: Feb. 8, 2021, 2:18 p.m. EST
Posted: Feb. 8, 2021, 2:15 p.m. EST
Posted: Jan. 29, 2021, 2:48 p.m. EST
Posted: Jan. 5, 2021, 4:12 p.m. EST
Posted: Dec. 18, 2020, 3:24 p.m. EST
Posted: Dec. 8, 2020, 5:37 p.m. EST
Posted: Nov. 30, 2020, 3:02 p.m. EST
Posted: Nov. 20, 2020, 10:57 a.m. EST

Overview

Response Deadline
April 13, 2021, 8:00 p.m. EDT (original: Dec. 18, 2020, 3:30 p.m. EST) Past Due
Posted
Nov. 20, 2020, 10:57 a.m. EST (updated: March 10, 2021, 12:02 p.m. EST)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
1250 Employees
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 11/20/20 DLA Aviation issued Solicitation SPRWA1-20-R-0026 for AN/ASK-7 Data Transfer System (DTS) due 4/13/21. The opportunity was issued full & open with NAICS 336413 and PSC 5999.

NATO Stock Number

Details for NSN 7025015142659

Item Name
INTERFACE UNIT, DATA TRANSFER
NIIN
015142659
Standard Unit Price (DLA)
$162,849.14

Approved Suppliers
Primary Contact
Name
Donna C Pallini   Profile
Phone
(478) 342-1299

Documents

Posted documents for Solicitation SPRWA1-20-R-0026

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Solicitation SPRWA1-20-R-0026

Award Notifications

Agency published notification of awards for Solicitation SPRWA1-20-R-0026

IDV Awards

Indefinite delivery vehicles awarded through Solicitation SPRWA1-20-R-0026

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation SPRWA1-20-R-0026

Similar Active Opportunities

Open contract opportunities similar to Solicitation SPRWA1-20-R-0026

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA AVIATION > DLA AVIATION WARNER ROBINS > DLA AVIATION AT WARNER ROBINS, GA
FPDS Organization Code
97AS-SPRWA1
Source Organization Code
500042970
Last Updated
May 31, 2021
Last Updated By
donna.pallini@us.af.mil
Archive Date
May 31, 2021