This market survey is being conducted to identify potential sources that may possess
the expertise, capabilities, and experience to meet the requirements for qualification
and production of aircraft and integration of digital visual imaging systems (DVIS) use
by United States Air Force (USAF) personnel in support of the Open Skies Treaty. It is
expected that the program remain unclassified and that no foreign participation is
required in the acquisition and development of the system. However, Open Skies
signatory nations will be part of the final Treaty Certification flights prior to initial
operational capability. Interested offerors responding to this market research are placed
on notice that participation in this survey may not ensure participation in future
solicitations or contract awards as this survey is for planning purposes and may not
result in a solicitation or contract. The government will not reimburse participants for
any expenses associated with their participation in this survey.
INSTRUCTIONS:
2. If, after reviewing these documents, you desire to participate in the market
research, you should provide documentation that supports your company’s
capability in meeting these requirements. Failure to provide documentation may
result in the government being unable to adequately assess your capabilities. If
you lack sufficient experience in a particular area, please provide details
explaining how you would overcome the lack of experience/capabilities in order
to perform that portion of the requirement (i.e., teaming, subcontracting, etc.)
3. Both large and small businesses are encouraged to participate in this Market
Research. Joint ventures or teaming arrangements are encouraged. All
submissions will be reviewed IAW FAR Part 19 procedures.
4. Questions relative to this market survey should be addressed to:
PURPOSE/DESCRIPTION
The Open Skies acquisition team is seeking procurement of two aircraft to replace
OC-135B aircraft currently used to support the Open Skies Treaty (OST) and to
configure them for the mission by installing treaty compliant digital camera hardware
(the DVIS system –see attachment) and supporting systems. The Air Force is seeking
a fielded solution in the 2023 timeframe.
The United States signed the Open Skies Treaty in Helsinki, Finland on March 24,
1992, and the Senate ratified it on August 6, 1993. When the Russian Federation and
Belarus completed ratification procedures on January 2, 2002, the Treaty entered into
force. The OST is a confidence and security building measure designed to promote
openness and transparency in military activities. The treaty allows unarmed
observation flights over the territory of the 34 signatory nations.
The two OST OC-135Bs are experiencing increasing maintenance and sustainability
problems. Current capabilities of the OC-135B prevent the US from executing the full
capabilities of the Treaty. The range of the OC-135B is too short to safely execute
desired mission options within the 96-hour Treaty in-country observation time constraint.
There are extreme ranges between some Open Skies airfields and desired observation
areas.
Required Capability Threshold Value Objective Value
Please provide the following business information for your company/institution and for
any teaming or joint venture partners:
• Company/Institute Name:
• Address:
• Point of Contact:
• CAGE Code:
• Phone Number:
• E-mail Address:
• Web Page URL:
• Size of business pursuant to North American Industry Classification System
(NAICS) Code: 336411, Aircraft Manufacturing
Based on the above NAICS Code, state whether your company is:
• Small Business (Yes / No)
• Woman Owned Small Business (Yes / No)
• Small Disadvantaged Business (Yes / No)
• 8(a) Certified (Yes / No)
• HUBZone Certified (Yes / No)
• Veteran Owned Small Business (Yes / No)
• Service Disabled Veteran Small Business (Yes / No)
• System for Award Management (SAM) (Yes / No)
• A statement as to whether your company is domestically or foreign owned (if
foreign, please indicate the country of ownership).
All responses should be sent via: email and/or written response. Responses must be
received no later than close of business 30 days after posting date for this
announcement. If submitting email responses, please email to
candace.dittmer@us.af.mil. If submitting written responses, please mail two (2) copies
of your response to:
1. Please explain your approach to obtain OEM data to maintain FAA certification
on aircraft. Provide previous examples where you have succeeded in this.
5. Describe briefly the capabilities of your facility and the nature of the goods and/or
services you provide. Include a description of your staff composition and
management structure.
7. What quality assurance processes and test qualification practices does your
company employ? Please provide a description of your quality program (ISO
9001, AS9100, etc.)
10. Are there specific requirements in the documentation that we provide that would
currently preclude your product from being a viable solution to our requirement?
11. Include a detailed listing of facilities and equipment, including quantities, required
to satisfy the requirements of this effort.
12. Describe the facility you will use to install and integrate the DVIS into the
selected aircraft
D. Repair Questions:
1. Describe your capabilities and experience in modifying existing
systems/equipment (hardware and software) to solve maintenance and support
problems in the depot environment.
4. Describe your process for maintaining inventory records and reporting on hand/in
work balances and repair status to your customer.
E. Commerciality Questions:
1. Are there established catalog or market prices for our requirement or any specific
portions of the requirement (i.e. airframe only)? If you offer this product and/or
service to both U.S. Government and commercial sources, is the same workforce
used for both the U.S. Government and general public? Is our requirement
offered to both under similar terms and conditions? Briefly describe any
differences.
3. Describe your standard warranty and return process for goods and services
furnished to the government for items similar in nature to this requirement.
F. Services Questions
NOTE: Engineering, advisory & assistance services, contractor logistic
support, other services not listed.
3. Demonstrate your ability and experience for the same or similar services, which
are currently provided in the commercial and/or military environment by providing
the following information on the same or similar items:
a) Contract Number
b) Procuring Agency
c) Contract Value
d) Services Provided
4. Describe your capabilities and experience in any required test, evaluation, and
repair processes/procedures with regard to the required items.
8. If your company can not perform the entirety of the requirement what part could
or would your company be able to perform. Provide specific info on what could
be broken out for your company’s performance.
9. Describe your ability and location you will use to provide initial and recurring
aircraft maintenance training to USAF maintenance personnel.
10. Describe your ability and location you will use to provide aircrews with academic
training via computer-based training systems and skill training via full flight
simulators.
3. Do you have a DCMA QAR in your local area or do you utilize a regional QAR?
4. What type of contract financing, if any, would your company need to successfully
perform?
5. Are there established commercial financing terms for our requirement or any
specific portions of the requirement (i.e. airframe only)?