SOURCES SOUGHT
R -- AIR FORCE ELECTRONIC WARFARE EVALUATION SIMULATOR (AFEWES) TEST, OPERATION & MAINTENANCE - AFEWES PWS
- Notice Date
- 2/12/2009
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- FA9302-09-R-0032
- Point of Contact
- Steve E Barry,, Phone: 661-277-9567, Anne C Hylla,, Phone: 6612779119
- E-Mail Address
-
steven.barry@edwards.af.mil, anne.hylla@edwards.af.mil
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO NOTIFY INDUSTRY OF THE USAF INTENT FOR CONTRACT ACTION AND POSSIBLE GAIN KNOWLEDGE OF OTHER POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.) PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST. The Air Force Flight Test Center (AFFTC), 412th Test Wing, Electronic Warfare Directorate, is seeking offerors with demonstrated expertise and experience to support Test, Operations and Maintenance (TO&M) for the Air Force Electronic Warfare Evaluation Simulator (AFEWES), a Hardware-in-the-Loop (HITL) Test and Evaluation (T&E) facility located at Air Force Plant No. 4, Fort Worth, Texas. The contract will consist of multiple services that are detailed in the attached Performance Work Statement (PWS). This requirement is for ALL services identified in the PWS. Any qualified and interested companies responding to this announcement must be able to support all areas. NO partial support responses from industry will be accepted. The Government is seeking only, qualified, experienced sources interested in performing the services identified in the attached PWS. Anticipated award will be in Q1 FY10 with the performance period to begin 1 Jan 2010. Since the facility inception in 1958, AFEWES simulations have been developed, operated, maintained, and periodically upgraded at the AF Plant 4 location by Lockheed-Martin Aeronautics Company (or its predecessors) under contract to the United States Air Force. AFEWES contains high-fidelity, fully-dynamic background (open-loop) and primary player (closed-loop) T&E resources in the Radio Frequency (RF), Millimeter Wave (MMW), and Infrared (IR) spectral regions. AFEWES simulations represent widely diverse computer and technology levels. All simulations operate in real-time, at real frequency/wavelength. The RF/MMW background player simulation is the Multiple Emitter Generator (MEG). When used autonomously, the MEG provides a dense signal environment for testing passive Electronic Warfare (EW) receivers. When used in conjunction with the Primary Players, the MEG supports multi-spectral T&E and the evaluation of defensive countermeasures effectiveness in a realistically dense battlefield scenario. The RF primary player simulations are high-fidelity Surface-to-Air Missile (SAM), simulations that operate between 0.5 and 18.0 GHz. IR primary player simulations are comprised of multiple red and gray SAM and Air-to-Air Missile (AAM) simulations which include representative hardware, integrated with a flight motion table and target scene projector that operates at correct IR wavelengths. AFEWES simulations support testing throughout all phases of the electronic warfare acquisition cycle for Department of Defense (DoD), foreign military customers, and contractor EW programs. Successful TO&M contract performance requires in-depth knowledge, and hands-on staffing to perform daily testing, operating and maintenance functions. Additionally, technical management of the AFEWES test facility is required. Firms having an interest, capability and appropriate background are invited to submit particulars of qualification and experience. This solicitation will be solicited in accordance with Air Force Material Command FARS Clause 5352.227-9001, (Jul 1997) Qualification of Offeror under Export-Controlled Restricted Solicitation, which states: This acquisition involves technology that has a military or space application. Only U.S. Contractors who are registered and certified with the Defense Logistics Services Center (DLSC), Federal Center, Battle Creek, MI 49017-3084 (1-800-352-3572) and have a legitimate business purpose may participate in this solicitation. Although this synopsis is open to all interested offerors, please be advised of the following: This Program will involve technology acquisitions that have military applications and are subject to Air Force Material Command Federal Acquisition Regulation Supplemental Section 5393, Foreign Disclosure Reviews. In addition, foreign owned or influenced firms and foreign governments will not be allowed to participate. Responses to this synopsis should include sufficient information for a determination of ability to perform all areas of the required support, as listed above, as part of a qualification package. Potential offerors will be screened for their knowledge, experience and demonstrated ability in the following areas: operating and maintaining the unique capability of the AFEWES legacy system simulators, as well as conducting multiple, simultaneous tests to include planning, conducting, and reporting functions. Offerors must have the capability to operate and maintain the existing AFEWES systems without the use of pre-existing operation and maintenance manuals, as they do not currently exist. The offerors ability to upgrade existing simulators according to latest information will be evaluated as well as their ability to acquire replacement or spare parts for and repair simulators and Special Test Equipment (STE). Critical to this program is the offerors knowledge, capability, and demonstrated performance to develop and/or integrate new simulators and STE into the existing AFEWES architecture as this new equipment becomes available from AFEWES upgrade tasks/contracts. Offerors must be able to immediately operate, without delay from contract award, all AFEWES Infrared and Radio Frequency simulators, including, but not limited to, the Jammer Techniques Simulator, Multi-Emitter Generator, AFEWES Clutter Generator, RF and IR high-fidelity threat simulators and other unique, one-of-a-kind AFEWES test equipment. Offerors must have the in-depth knowledge to prepare, set-up, and conduct tests without delay in all areas of the AFEWES laboratory complex. Offerors must immediately possess the knowledge to perform operation and maintenance for the entire AFEWES facility; including unique computer control systems, simulator cable maintenance, flight motion tables, data collection and analysis equipment, secure communications and data transmission hardware and software and internal/external interfaces. Offerors must be capable of integrating Government Furnished Equipment into applicable AFEWES simulators and configuring this equipment for Open Air Range data input, processing, and operations. Because of the nature of EW testing, and the technical characteristics of the simulators, the successful offeror will be required to have as a minimum, a secret clearance, and be qualified to upgrade the clearance to TOP SECRET, immediately upon award. Offerors possessing the capability to perform the requested work are invited to submit a summary of their capabilities and descriptive literature addressing the above technical areas. The statement of capability should include relevant background and experience, with contract numbers, names and phone numbers of contracting office POC, and names and phone numbers of technical office POC for each contract. Responses to this announcement should be unclassified. Any company proprietary information shall be separately marked. Offerors are advised that the Government intends to use a non-Government person to provide technical reviews of statements of capability submitted in response to this synopsis. Responses shall be single spaced; single sided and shall be submitted in five copies. There are no page limits to responses. Drawings, diagrams, or figures may be provided as an attachment to the response to clarify stated capabilities. The PWS details the 412 EWG required support, therefore, the Government is requesting that interested concerns furnish the following information: (1) Company name, address, point of contact, telephone number and e-mail address. (2) Type of business, i.e., small, small disadvantaged, woman-owned, HubZone, serviced-disabled veteran-owned small business, large business, etc. under North American Industry Classification System (NAICS) 541330 which contains a size standard of $25,000,000.00. (3) Under which NAICS does your company usually perform all the services identified in the attached PWS. Please include the rational for your answer. (4) Provide no more than three (3) references for no more than three (3) of the most recent and relevant contracts performed within the last three (3) years. Contracts must be same or similar to the work described in the PWS. Include name, address, telephone number, and e-mail address of references. Also, provide a brief description of the work performed, contract number, total contract value, and period of performance. All questions must be submitted in writing and forwarded to the aforementioned point of contact. Mr. Barry can be reached by phone at 661-277-9567. Mailed responses should be submitted to the attention of Steven Barry, AFFTC/PKEW, 5 South Wolfe Ave, Bldg 2800, Edwards AFB CA 93524. The due date and time for responses to this synopsis is 4:00 pm Pacific Standard Time on 13 Mar 2009. TECHNICAL POINT OF CONTACT: Chuck Stone, 412 EWG/OL-AB, Air Force Plant 4, Box 371, MZ 1100, Ft. Worth, TX 76101-0371. Voice (817) 763-4892, Fax (817) 777-4911, or e-mail: elmer.stone@dcma.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=534069cf01a971cfc5a8588e2050700d&tab=core&_cview=1)
- Place of Performance
- Address: Air Force Plant No. 4, Lockheed Blvd., Fort Worth, Texas, 76108, United States
- Zip Code: 76108
- Zip Code: 76108
- Record
- SN01749294-W 20090214/090212215244-534069cf01a971cfc5a8588e2050700d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |