Utah Bids > Bid Detail

Industry Day (Automatic Switching Unit Replacement Program (ASU-R))

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159809185948275
Posted Date: Aug 22, 2023
Due Date: Aug 29, 2023
Solicitation No: Industry_Day_ASU_R
Source: https://sam.gov/opp/b527f522a4...
Follow
Industry Day (Automatic Switching Unit Replacement Program (ASU-R))
Active
Contract Opportunity
Notice ID
Industry_Day_ASU_R
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE NUCLEAR WEAPON CENTER
Sub Command 2
STRATEGIC SYSTEMS-AFNWC
Office
FA8214 AFNWC PZBB
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Aug 21, 2023 07:10 pm EDT
  • Original Published Date: Aug 14, 2023 01:06 pm EDT
  • Updated Response Date: Aug 29, 2023 04:00 pm EDT
  • Original Response Date: Aug 29, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Sep 13, 2023
  • Original Inactive Date: Sep 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
    • 541330 - Engineering Services
  • Place of Performance:
    Hill AFB , UT 84056
    USA
Description View Changes

The USAF anticipates holding an Industry Day for interested parties regarding the Automatic Switching Unit-Replacement Program (ASU-R) on Wednesday, 30 August 2023 from 8:00AM to 5:00PM at Hill AFB, UT.



At this time the tentative schedule is as follows:



8AM-10PM Requirements Briefing



10:30AM - 12:30PM SMIC Tour *** (See instructions below)



12:30PM – 1:30PM Lunch



1:30PM – 5:00PM One-on-One Contractor Briefings/Q&A



One-on-One meetings will be provided upon request.



Please respond with your availability and potential attendees no later than 4:00PM MST, Tuesday, 28 August 2023. The POC for this event is Dan Scheer, dan.scheer@us.af.mil.



***SMIC VISITOR REQUEST INSTRUCTIONS:




  1. Each visitor’s security office must submit an outbound visit request(s) into DISS using the SMO Code: SMIC-MISSILE COMPLEX-1


    1. It is your responsibility to ensure that the names have been entered into DISS. It can take up to 5 days to get visit request verification. Any names added to the list after the initial verification may delay the visit.

    2. If a visitor does not have a security clearance, their security office should fax a visit request on their company’s letterhead that contains their name, dates of visit, state of birth, citizenship, and driver license number to the 309 MMXG Security office at 801-372-8390 or email to 309mmxg.security@us.af.mil

    3. Visitors without an approved visit request on file will not be granted access to the SMIC.





________________________________________________________________________________



NOTICE: This is not a solicitation but rather a Sources Sought to determine potential sources for information and planning purposes only.




  1. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 541330. As applicable, the contractor shall ensure that all applicable Commercial-Off-The-Shelf (COTS) IA and IA- enabled products comply with AFI 33-200, Information Assurance. Some of these products must be Committee on National Security Systems Policy 11 (CNSSP-11) compliant, requiring them to be validated by accredited labs under the National Information Assurance Partnership (NIAP) Common Criteria Evaluation and Validation Scheme or National Institute of Standards and Technology (NIST) Federal Information Processing Standards (FIPS) Cryptographic Module Validation Program (CMVP) as identified in the sections below. The Government will use this information to determine the best acquisition strategy for this procurement.

  2. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. If applicable, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.



Program Details:



Air Force Nuclear Weapons Center (AFNWC) has a requirement for the following:






    • Modifications to current approved design: For equipment currently installed at the Hill Air Force Base (AFB) System Missile Integration Complex (SMIC)

    • Installation and Testing: For solution located in the SMIC

    • Tech Data Package: Complete Data package for the Design Solution above (Gov. to retain full rights)

    • User Type-1 Training: Conduct Type-1 training on new system for Active Duty Trainers

    • Random sample nuclear hardness testing at Gov approved facility: To be conducted through

    • Production and Deployment (P&D) phase

    • Production and shipping of ASU-R “kits”:

      • Wing I, Malmstrom MT kits consist of Automatic Transfer Switch (ATS) and all supporting equipment

      • Wing III, Minot ND kits consist of ATS, Diesel Electric Unit (DEU), and Day Tank with all supporting equipment



    • Deployment of ASU-R kits to wing Missile Alert Facilities (MAFs)







The primary components making up the current approved design for the backup Transfer Power System (TPS) are as follows:




  • Commercial Off The Shelf (COTS) in accordance with FAR 2.101 (b) (1)(2)(3)(4)(5)(6) or Commercial Off The Shelf (COTS), IAW, FAR "Commercially available off-the-shelf (COTS) item" 2.101 (b)(1)(2)

  • ATS (replaces and combines the functionality of the current Automatic Switching Unit (ASU) and Minuteman III (MMIII) Power Processor (MPP) made by ASCO

  • DEU made by Cummins

  • Fuel Day Tank made by Simplex

  • All hardware for connecting and installing



Scope



The SOW (Request SOW via POC listed in this Sources Sought Synopsis) defines the services required to correct the deficiencies identified in the current approved ASU-R design, and the deliverables essential for P&D phase shall include all required modifications, testing, kitting, shipping, installation/deployment, and training.



The AFNWC ICBM Systems Directorate at Hill AFB Utah, provides the systems engineering and program management of the ASU-R program. Air Force Global Strike Command (AFGSC) operates the facilities which will receive the equipment provided by this program.



Background



The MMIII ASUs and MPPs currently in operation at active Wing MAFs are aging and no longer supportable. The ASUs and MPPs function to provide electrical standby power source transfer capability between the commercial (normal) utility source and the DEU (standby) power source. The ASU provides power source switching and generator relay control functions, while the MPP monitors and controls the ASU.



A modern ATS will replace both the ASU and MPP and combine them into one supportable unit. The ASU-R Program is intended to replace legacy hardware that has faced obsolescence with a COTS solution to provide a smaller logistical footprint and increased reliability. The new DEU is also a COTS solution providing the latest and most reliable diesel electric power generation.



The Engineering Manufacturing and Development (EMD) phase produced the engineering documentation required for the P&D phase, including equipment specifications, drawings, computer models, interface drawings, installation and demolition drawings, and Technical Orders (TO). Aspects of the tech data package will need to be updated based on the modifications during the P&D phase. As a result of performing a SMIC Physical Configuration Audit (PCA) in 2020, some additional testing was conducted along with a System Requirement Document (SRD) review. The result of the testing and reviews identified design deficiencies that need to be addressed as “modifications” prior to deployment of new system.



Any information submitted by respondents to this sources sought synopsis is voluntary. Sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any small business designation (e.g., SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.).



Capabilities package



All interested parties shall submit a capabilities package that explicitly demonstrates company capabilities indicating the following as applicable:




  • Examples of commercial sales and product specifications related to this effort

  • Whether you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying (the solution must be a COTS product)

  • Indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort



Include in your capabilities package:




  • DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable),

  • Any related specifications/drawings



Responses/Requests may be submitted electronically to the following e-mail address: dan.scheer@us.af.mil.





Section I: Relevant Experience



Please include responses to the following which indicate your firm’s related experience:




  1. Describe your firm’s experience in designing and producing backup Transfer Power Systems (TPS).

  2. What is your firm’s experience in testing systems during and after installing equipment for backup TPS’s?

  3. What is your firm’s experience in qualification testing, to include nuclear hardness testing?

  4. Describe your firm’s experience installing, maintaining, and testing equipment in extreme weather conditions at remote locations.

  5. Please describe your firm’s experience relative to engineering, maintaining, troubleshooting and integrating complex systems for Federal, State, and Local Government approved subsystems.

  6. Please describe your firm’s experience relative to engineering, maintaining, troubleshooting and integrating mobile backup transfer power systems for Federal, State, and Local Government approved subsystems.

  7. What experience does your company have with the following: generating, editing, reviewing, maintaining, and validating Drawings, Process Orders (PO’s), Operating Instructions (OI’s), Technical Orders (TO’s) and Time Compliance Technical Orders (TCTO’s)?

  8. If given the opportunity to respond to a Request for Proposal (RFP), would your firm respond?

  9. Does the overarching intention of the SOW make sense? If not, which sections?



Section II: Technical Capability



Please include responses to the following which indicate your firm’s related experience:




  1. What relevant simulation and analysis tools does your firm have access to (describe experience using these tools)?

  2. If you plan to subcontract, what percentage and portion of the SOW will you subcontract and with whom?

  3. Describe your ability to manage sub-contractors, in terms of schedule, budget, and technical performance.

  4. What access do you have to government shared databases (please provide examples)?

  5. How would you recommend reporting and providing system data on a regular basis to the PMO?

  6. What contract type would you think is appropriate for this the ASU-R program effort based on the requirements mentioned in the SOW (Section 3 Requirements)?

  7. What timeframe do you estimate your firm could complete the work described in the SOW?

  8. What potential risks do you see in terms of cost, schedule, and performance?

  9. For the potential risks mentioned above, how would you eliminate or mitigate those risks identified?

  10. Explain your ability to update information (e.g., Interface Control Documents (ICD), Engineering Orders (EO), Engineering Change Notices (ECN), Engineering Change Orders (ECO), Technical Orders (TO) and Specifications).

  11. Please describe your firm’s process for handling configuration management.



The program Statement of Work (SOW) and System Requirements Document (SRD) can be obtained by requestiug them from Dan Scheer, at dan.scheer@us.af.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 801 586 8482 6008 WARDLEIGH RD BLDG 1580
  • HILL AFB , UT 84056-5837
  • 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 >