Search Contract Opportunities

Bomber Armament Tester (BAT)   3

ID: FA8533-16-R-0001 • Type: Synopsis Solicitation
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?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Description: Research & Development effort to design, develop, integrate, test, manufacture, and sustain a Bomber Armament Tester (BAT) System. The BAT System will merge the functionality of six (6) obsolete legacy bomber testers into a common, deployable, nuclear-certified, self-test capable test system that will be used on the B-2A, B-1B, and B-52H weapon system. For the purpose of this effort, a "BAT System" is defined as consisting of the core tester and supporting Units Under Test (UUT) Test Program Sets (TPS) required to support respective B-2A, B-1B, or B-52H weapon systems. A UUT TPS includes all cables, interface test adapters, software, and technical documentation required to test a UUT.

This effort shall follow an incremental approach, and three increments are planned. Increment I will include the initial Engineering and Manufacturing Development (EMD) of the common core tester and all UUT TPSs for the B-2A, one (1) B-1B MRPL TPS, and one (1) B-52H SUU-67 TPS, as well as production of common core testers and all UUT TPSs for the B-2A. Increment II will cover design, development and production of UUT TPSs for the B-1B, and Increment III will cover design, development, and production of UUT TPSs for the B-52H. The transition from EMD to production in each increment will be executed by exercising an option.
This will be a C-type contract with pricing arrangements of Cost-Plus-Incentive-Fee, Fixed-Price-Incentive-Successive Targets, Firm-Fixed Price and Not Separately Priced line items. It will consist of a basic period and fourteen (14) options: Two (2) options for EMD, six (6) options for production, and six (6) options for Interim Contractor Support. The estimated period of performance is 9 years and six months, including all options.
A total of 90 BAT Systems are required: 19 for the B-2A, 33 for the B-1B, and 38 for the B-52H.
Delivery Schedule: BAT Systems will be shipped to five (5) locations: Barksdale AFB, LA; Dyess AFB, TX; Ellsworth AFB, SD; Minot AFB, ND; and Whiteman AFB, MO, with delivery to begin within 12 months after exercise of option.

The RFP will be issued for full-and-open competition. Offerors shall prepare their proposals in accordance with mandatory and detailed instructions contained in the RFP. This acquisition will utilize the Tradeoff source selection procedures in accordance with FAR 15.3 as supplemented by the DoD Source Selection Procedures referenced in DFARS 215.300 and the AFFARS Mandatory Procedures 5315.3 to make an integrated assessment for a best value award decision.

For those offerors who are determined to have "Acceptable" rating for the Small Business Concern Utilization Factor, tradeoffs will be made between Technical/Technical Risk, Past Performance, and Cost/Price. A technical acceptability determination will be performed on the offeror's technical approach and assigned a technical risk rating of Low, Moderate or High for each technical subfactor. Technically acceptable proposals with a High technical risk rating will not be considered for award. Of those proposals deemed technically acceptable, tradeoffs may be made between a Low or Moderate technical risk rating, Past Performance, and Cost/Price. When combined, the Technical Acceptability /Technical Risk Factor and Past Performance Factor, is significantly more important than the Cost/Price Factor.

The Government will evaluate proposals and make award in accordance with the "Evaluation Basis of Award" provision in the RFP.

The RFP is being posted at www.fedbizopps.gov. If you desire to obtain a copy, you must go to www.fedbizopps.gov to do so. No telephone requests will be honored. All questions regarding this RFP must be submitted in writing to Sandra.Harvey.2@us.af.mil, Philip.Earthly.1@us.af.mil, and Crystal.Crawford.1@us.af.mil. NO TELEPHONE QUESTIONS. Offerors are encouraged to register to receive notifications for this solicitation and all amendments and revisions, and to check the FEDBIZOPPS site prior to submission of proposal.

Overview

Response Deadline
June 20, 2016, 5:00 p.m. EDT Past Due
Posted
May 4, 2016, 5:55 p.m. EDT (updated: June 20, 2016, 2:12 p.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
750 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Average
On 5/4/16 AFLCMC Robins AFB issued Synopsis Solicitation FA8533-16-R-0001 for Bomber Armament Tester (BAT) due 6/20/16. The opportunity was issued full & open with NAICS 334515 and PSC 58.
Primary Contact
Title
Contract Specialist
Name
Philip E. Earthly   Profile
Phone
(478) 222-8330

Secondary Contact

Title
Contracting Officer
Name
Sandra E. Harvey   Profile
Phone
(478) 926-0156

Documents

Posted documents for Synopsis Solicitation FA8533-16-R-0001

Question & Answer

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

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation FA8533-16-R-0001

Award Notifications

Agency published notification of awards for Synopsis Solicitation FA8533-16-R-0001

Contract Awards

Prime contracts awarded through Synopsis Solicitation FA8533-16-R-0001

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA8533-16-R-0001

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA8533-16-R-0001

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > PK/PZ - Robins AFB
Source Organization Code
1b2956aa0dc6fbb44d628a7c35c85884
Last Updated
Oct. 13, 2017
Last Updated By
PI33_DR_IAE_51681
Archive Date
Oct. 13, 2017