KC-135 Center Console Refresh (CCR)

Agency: DEPT OF DEFENSE
State: Oklahoma
Level of Government: Federal
Category:
  • A - Research and development
Opps ID: NBD00159011207764319
Posted Date: Nov 22, 2022
Due Date: Dec 1, 2022
Solicitation No: RFI-07_22Nov22
Source: Members Only
Follow
KC-135 Center Console Refresh (CCR)
Active
Contract Opportunity
Notice ID
RFI-07_22Nov22
Related Notice
FA810521R0006
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Sub Command 2
MOBILITY AIRCRAFT
Office
FA8105 AFLCMC WKK
General Information View Changes
  • Contract Opportunity Type: Special Notice (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Nov 22, 2022 08:51 am CST
  • Original Published Date: Nov 22, 2022 08:19 am CST
  • Updated Response Date: Dec 01, 2022 09:00 am CST
  • Original Response Date: Dec 01, 2022 09:00 am CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 01, 2023
  • Original Inactive Date: Dec 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: AC15 - NATIONAL DEFENSE R&D SVCS; DEPARTMENT OF DEFENSE - MILITARY; R&D FACILITIES & MAJ EQUIP
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Tinker AFB , OK 73145
    USA
Description View Changes

REQUEST FOR INFORMATION -07



This is a Request for Information (RFI) for market research purposes issued by the KC‐135 Contracting Branch, AFLCMC/WLT at Tinker Air Force Base. The United States Air Force (USAF) is requesting information pertaining to the Fuel Management System and the Flight Display System for the KC‐135 aircraft (program is Center Console Refresh (CCR)). This is a follow-up from RFI-03 (Reference previous RFI Notice ID: RFI-03_19Aug22), RFI-04 (Reference previous RFI Notice ID: RFI-04_06OCT22), RFI-05 (Reference previous RFI Notice ID: RFI-05_14OCT22) and RFI-06 (Reference previous RFI Notice ID: RFI-06_07Nov22.



PURPOSE



The purpose of this RFI is to receive input from Industry on the feasibility of a Firm-Fixed Price CLIN for production and incentives.





THIS IS A REQUEST FOR INFORMATION ONLY:



This RFI is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, we are not seeking proposals at this time. Respondents are advised that the 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 responding party’s expense.





The Government requests that non‐proprietary information be submitted in response to this RFI. However, should proprietary information be submitted, it should be marked “PROPRIETARY”, and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Respondents are advised that only an Air Force Contracting Officer is legally authorized to commit the Government to the obligation of funds.



INFORMATION REQUESTED



This posting requests answers to the following questions.



1. What contract type is appropriate for CCR Production?





2. If incentives are offered, what types of incentives would be acceptable and when should they be applied?





Responses due 01 December 2022/0900 CST.





Primary Point of Contact:



Ms. Taylor McCool, Buyer



Leigha.mccool@us.af.mil



KC‐135 Contracting Branch



AFLCMC/WLTK



3001 Staff Dr. STE 2AE1



Tinker AFB OK, 73145‐3020





Alternate Point of Contact:



Mr. Jacob Booth, PCO



Jacob.booth@us.af.mil



KC‐135 Contracting Branch



AFLCMC/WLTK



3001 Staff Dr. STE 2AE1



Tinker AFB OK, 73145‐3020





Alternate Point of Contact:



Ms. Sandra Newton, Lead PCO



Sandra.newton.1@us.af.mil



KC‐135 Contracting Branch



AFLCMC/WLTK



3001 Staff Dr. STE 2AE1





REQUEST FOR INFORMATION-06



REQUEST FOR INFORMATION



This is a Request for Information (RFI) for market research purposes issued by the KC‐135 Contracting Branch, AFLCMC/WLT at Tinker Air Force Base. The United States Air Force (USAF) is requesting information pertaining to the Fuel Management System and the Flight Display System for the KC‐135 aircraft (program is Center Console Refresh (CCR)). This is a follow-up from RFI-03 (Reference previous RFI Notice ID: RFI-03_19Aug22), RFI-04 (Reference previous RFI Notice ID: RFI-04_06OCT22), and RFI-05 (Reference previous RFI Notice ID: RFI-05_14OCT22).



PURPOSE



The purpose of this RFI is to correct an error with the NAICS code. The original request for information RFI-01 and RFI-02 utilized NAICS code 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing correctly. However, RFI-03 through RFI-05, incorrectly utilized NAICS 928110 - National Security. Therefore, all information, to include attachments, posted in RFI-03, RFI-04, and RFI-05 will be posted in RFI-06.





THIS IS A REQUEST FOR INFORMATION ONLY:



This RFI is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, we are not seeking proposals at this time. Respondents are advised that the 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 responding party’s expense.





The Government requests that non‐proprietary information be submitted in response to this RFI. However, should proprietary information be submitted, it should be marked “PROPRIETARY”, and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Respondents are advised that only an Air Force Contracting Officer is legally authorized to commit the Government to the obligation of funds.



INFORMATION REQUESTED



This posting is for respondents who may NOT have seen RFI-03-05. This posting will give respondents the opportunity to provide information requested in RFI-03-05. If you already responded to RFI-03-05, no response necessary. Responses due 14 November 2022/1600 CDT.





Primary Point of Contact:



Ms. Taylor McCool, Buyer



Leigha.mccool@us.af.mil



KC‐135 Contracting Branch



AFLCMC/WLTK



3001 Staff Dr. STE 2AE1



Tinker AFB OK, 73145‐3020





Alternate Point of Contact:



Mr. Jacob Booth, PCO



Jacob.booth@us.af.mil



KC‐135 Contracting Branch



AFLCMC/WLTK



3001 Staff Dr. STE 2AE1



Tinker AFB OK, 73145‐3020





Alternate Point of Contact:



Ms. Annie Newton, Lead PCO



Sandra.newton.1@us.af.mil



KC‐135 Contracting Branch



AFLCMC/WLTK



3001 Staff Dr. STE 2AE1





ONE-ON-ONE AGENDA (Virtual) - FRI, 21 OCT 2022



**CENTRAL STANDARD TIME**



0730-0830 Boeing



0845-0945 Collins Aerospace



1000-1100 Field Aerospace



1200-1300 L3Harris



1315-1415 Northrop Grumman



1430-1530 BAE



Call-in Information:



Phone Number: 410-874-6740 Phone Conference ID: 346 967 719#



Please help us stay on time. Roll call will be taken at start times to ensure the right participates are on the call.





REQUEST FOR INFORMATION-05



This is a Request for Information (RFI) for market research purposes issued by the C/KC‐135 Contracting Branch, AFLCMC/WLT at Tinker Air Force Base. The United States Air Force (USAF) is requesting information pertaining to the Fuel Management System and the Flight Display System for the KC‐135 aircraft (program is Center Console Refresh (CCR)). This is a follow-up from the last RFI for CCR released in August 2022 (Reference previous RFI Notice ID: RFI-03_19Aug22) and RFI-04 in October 2022 (Reference previous RFI Notice ID: RFI-04_06OCT22).



PURPOSE



The previous RFI was used to solicit industry inputs on small business subcontracting opportunities and the need for economic price adjustment. The purpose of this RFI is to solicit industries input regarding the below topics.





THIS IS A REQUEST FOR INFORMATION ONLY:



This RFI is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, we are not seeking proposals at this time. Respondents are advised that the 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 responding party’s expense.





The Government requests that non‐proprietary information be submitted in response to this RFI. However, should proprietary information be submitted, it should be marked “PROPRIETARY”, and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Respondents are advised that only an Air Force Contracting Officer is legally authorized to commit the Government to the obligation of funds.



INFORMATION REQUESTED



The Government is looking for industry inputs on small business subcontracting opportunities and the need for economic price adjustment. Respondents should provide the following information:





#1. Please provide details of your company's Small Business utilization performance to include percentages as they relate to each socio-economic category. Further, please indicate whether or not you desire to participate in this requirement as a prime or subcontractor. This information will assist in establishing a basis for developing subcontracting considerations if necessary.





#2. Please provide details of your company's cost accounting system to include a copy of your company's current Approved Accounting System Certification provided by DCMA.





#3. Please provide details on your company's ability to partner with Collins Aerospace. Please provide copies of any Letters of Intent (LOI) or Agreements that your company has with Collins Aerospace. Because this requirement involves system integration with Collins Aerospace, this letter



should be addressed from Collins Aerospace to your company and detail, at a minimum, the following: describes your company's agreement with Collins Aerospace, detail access, usage or shared Data requirements to accomplish integration or any portion of this government requirement, any licensing



agreements, any Intellectual Property, any subcontracting assistance or participation that may be required, additional costs as well as any other requirement which may be associated with working with the Collins Aerospace team on this project. If your company does not have an existing LOI or Agreement with Collins Aerospace allowing you access to proprietary data and functional areas to complete the integration portion of this requirement, provide details on your company's approach to developing a working relationship with Collins Aerospace.





Please submit responses to the Government Contracting Office POC listed below by 20 October 2022/0900 CDT. If you were unable to access or respond to RFI-04 released in October 2022, please include those responses with this submission.



Primary Point of Contact:



Mr. Jacob Booth



Jacob.booth@us.af.mil



KC‐135 Contracting Branch



AFLCMC/WLTK



3001 Staff Dr. STE 2AE1



Tinker AFB OK, 73145‐3020





Alternate Point of Contact:



Ms. Taylor McCool



Leigha.mccool@us.af.mil



KC‐135 Contracting Branch



AFLCMC/WLTK



3001 Staff Dr. STE 2AE1



Tinker AFB OK, 73145‐3020





REQUEST FOR INFORMATION-04



This is a Request for Information (RFI) for market research purposes issued by the C/KC‐135 Contracting Branch, AFLCMC/WLT at Tinker Air Force Base. The United States Air Force (USAF) is requesting information pertaining to the Fuel Management System and the Flight Display System for the KC‐135 aircraft (program is Center Console Refresh (CCR)). This is a follow-up from the last RFI for CCR released in August 2022 (Reference previous RFI Notice ID: RFI-03_19Aug22).



PURPOSE



The previous RFI was used to solicit industry solutions for annual kit production as well as installation capabilities. Additionally, as part of that RFI, the government solicited feedback on the draft Systems Requirements Document (SRD). The purpose of this RFI is to solicit industry input on small business subcontracting opportunities and the need for economic price adjustment.



THIS IS A REQUEST FOR INFORMATION ONLY:



This RFI is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, we are not seeking proposals at this time. Respondents are advised that the 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 responding party’s expense.



The Government requests that non‐proprietary information be submitted in response to this RFI. However, should proprietary information be submitted, it should be marked “PROPRIETARY”, and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Respondents are advised that only an Air Force Contracting Officer is legally authorized to commit the Government to the obligation of funds.



INFORMATION REQUESTED



The Government is looking for industry inputs on small business subcontracting opportunities and the need for economic price adjustment. Respondents should provide the following information:



1. What, if any, small business subcontracting opportunities exist?



a. If small business subcontracting opportunities exist, please provide information on the percentage of opportunity available.



2. Based on current market conditions does your company foresee the need to implement economic price adjustment for this effort in accordance with FAR Clause 52.216-4 Economic Price Adjustment-Labor and Material?



a. If so, what part(s) of your technology/areas of concern would require you to apply economic price adjustment and what indices would they be tied to?





Please submit responses to the Government Contracting Office POC listed below by 11 October 2022/1600 CDT. If you were unable to access or respond to RFI-03 released in August 2022 please include those responses with this submission.





Primary Point of Contact:



Mr. Jacob Booth



Jacob.booth@us.af.mil



KC‐135 Contracting Branch



AFLCMC/WLTK



3001 Staff Dr. STE 2AE1



Tinker AFB OK, 73145‐3020





REQUEST FOR INFORMATION-03



Updates:




  • 23 Sep 22 - The decision has been made NOT to post the draft SOW.

  • 15 Sep 22 - Cover Sheets, Tables of Content, List of Figures and Acronym list are NOT considered part of the 10 page limit/5,000 words max. you may use the cells in the excel file and/or a separate document not exceed the max page/word count.

  • 07 Sep 22 - Updated Primary POC to Jacob Booth, Contracting Officer and Secondary POC to Leigha (Taylor) McCool, Contract Specialist.

  • 25 Aug 22 - Regarding MIL-STD-3023, called out in paragraph 3.18.1 of the draft SRD: We are still working with AMC to define the EMI Hardness Level Requirements, due to this program requiring COTS products. Therefore, MIL-STD-3023 will not be published.



List of Attachments:




  • Att 01 CCR RFI-03_19Aug22

  • Att 02 CCR RFI-03_Questionnaire ***Return Att 02 to jacob.booth@us.af.mil and leigha.mccool@us.af.mil NLT 30Sep22/1600CDT)***

  • Att 03 CCR SRD-draft_16Aug22

  • Att 04 CCR SOW-draft_Posted near 09Sep22

  • Att 05 CCR Industry Day Question and Answers from 10-11May22 - Rev 10Aug22

  • Att 06 CCR RFI-02_07Feb22 - SAM Post

  • Att 07 CCR Industry Day_10-11May22 - SAM Post

  • Airworthiness, Drawing, and Tech Order's

    ***The KC-135 Legacy Tanker Tech Order section requires the contractor to deliver all TO changes in WORD.doc format.***



Primary Points of Contact: Mr. Jacob Booth, jacob.booth@us.af.mil, Contracting Officer and Ms. Leigha (Taylor) McCool, leigha.mccool@us.af.mil, Contracting Specialist.





REQUEST FOR INFORMATION



This is a Request for Information (RFI) for market research purposes issued by the C/KC‐135 Contracting Branch, AFLCMC/WLT at Tinker Air Force Base. The United States Air Force (USAF) is requesting information pertaining to the Fuel Management System and the Flight Display System for the KC‐135 aircraft (program is Center Console Refresh(CCR)). This is a follow-up from the last RFI for CCR released in Feb 2022 (Reference previous RFI Notice ID: Amended_RFI_02-07-2022)



PURPOSE



The previous RFI was used is to solicit industry options and possible solutions for providing a replacement of the KC-135 Fuel Management System and the Flight Display System as well as growth for display capabilities to support aircraft into 2060 and beyond. The purpose of this RFI is to solicit industry solutions for annual kit production as well as installation capabilities. Additionally as part of this RFI, the government is soliciting feedback on the draft Systems Requirements Document (SRD).





THIS IS A REQUEST FOR INFORMATION ONLY:



This RFI is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, we are not seeking proposals at this time. Responders are advised that the 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 responding party’s expense.





The Government requests that non‐proprietary information be submitted in response to this RFI. However, should proprietary information be submitted, it should be marked “PROPRIETARY”, and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Respondents are advised that only an Air Force Contracting Officer is legally authorized to commit the Government to the obligation of funds.



INFORMATION REQUESTED



The Government is looking for industry inputs to help develop our schedule and installation timelines. Respondents should provide the following information:




  1. Number of A & B kits able to be produced per year, please indicate lead time if known

  2. Explain your installation approach, capabilities, and annual throughput to achieve maximum production per month/year (targeted at 75 aircraft per year)

  3. What is your warranty plan for your proposed solution

  4. Is your solution currently in use by commercial and/or military aircraft? If it is, then address what platform they are flying on, how many aircraft have been modified, how long have they been in use, and what are your current end of life projections

  5. Do you have experience with Models Based Systems Engineering (MBSE)? If so, provide details on which platforms/programs MBSE was used on

    1. Explain processes to include languages and tools you have in place to conduct major milestone reviews utilizing MBSE products



  6. Questions/concerns/comments on the posted draft SRD

  7. Questions/concerns/comments on draft Statement of Work (SOW) to be posted near 09 Sept 22





Please submit responses to the Government Contracting Office POC listed below by 30 Sept 22/1600 CDT. Respondents should fill out the Att 02 CCR RFI-03_Questionnaire (Tabs 1-3) but may have additional documentation they would like to include. Contractor format is acceptable but responses should be concise.



INDIVIDUAL MEETINGS



The Government would like to offer industry time to discuss the above requested information. The Government will hold individual meetings by appointment lasting NO MORE than 60 minutes. If you desire a one-on-one with the government, indicate the request on Tab 3 of the Att 02 CCR RFI-03_Questionnaire. If there are any questions, contact the Government Contracting Office POC, listed at the bottom of this announcement.



Attendees are required to identify their position within the company they represent. This is a no-fee event. Maximum of THREE attendees will be allowed per company CAGE code. Registration Forms should be returned NLT 30 Sept 22, 1600 CDT to Government Contracting Office POC listed below. An email confirmation will be sent by a member of the KC-135 Program Office upon receipt of the registration. Late registration requests will NOT be permitted.



The week of 3 Oct 22, the government will provide each company requesting an individual meeting a date/time of the meeting that will fall within a two week window (11 Oct 22 – 21 Oct 22) along with directions to the virtual or physical meeting location. Physical meeting location will be determined closer to October, pending current health protection condition (HPCON).



Please send any known questions ahead of time to the Government Contracting Office POC listed below.





Primary Point of Contact:



Mr. Jacob Booth, Contracting Officer



Jacob.booth@us.af.mil



Secondary Point of Contact:



Ms. Leigha Taylor McCool, Contract Specialist



Leigha.mccool@us.af.mil





KC‐135 Contracting Branch



AFLCMC/WLTK



3001 Staff Dr. STE 2AE1



Tinker AFB OK, 73145‐3020




Attachments/Links
Contact Information
Contracting Office Address
  • CP 405 736 4908 3001 STAFF DR STE 2AI 85A
  • TINKER AFB , OK 73145-3303
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >