Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 15, 2009 FBO #2697
SOURCES SOUGHT

15 -- , Block 30/32, Airborne Radio Communication (ARC-210) - RFI

Notice Date
4/13/2009
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8232-09-R-BAAC
 
Archive Date
5/9/2009
 
Point of Contact
Debbie Keller, Phone: 8017756981
 
E-Mail Address
debbie.keller@hill.af.mil
 
Small Business Set-Aside
N/A
 
Description
DWR/antenna select control panel requirement Anti-Ice control panel faceplate requirement General Information Document Type: Sources Sought Notice/Request for Information (RFI) Solicitation Number: FA8232-09-R-BAAC Posted Date: 9 April 2009 Original Response Date: 24 April 2009 Current Response Date: 24 April 2009 Archive Date: 31 July 2009 Classification Code: 15 -- Aircraft structures Contracting Office Address Department of the Air Force, Air Force Materiel Command, 508 ACSG/PK 6072 Fir Ave, (Bldg 1233), Hill AFB, UT, 84056-5816. This announcement constitutes a Sources Sought Synopsis and Request for Information. The following information is provided to assist the Air Force in conducting market research of industry to identify sources of commercial and manufactured items that meet Air Force requirements. This is neither a request for proposal nor an invitation for bid. There will be no reimbursement for the information provided. The F-16 SPO Office is considering competing select Cockpit Control Panel and carries with it special requirements as defined, but not limited to, selection elements noted in the description. Please mail or e-mail qualification statements by 24 April 2009 to either POC identified below. The Air Force intends to release a Request for Proposal (RFP) May 2009. Description F-16C, Block 30/32, Airborne Radio Communication (ARC-210) Beyond Line-of-Sight (BLOS) Cockpit Control Panel Request for Information (RFI) As prescribed in FAR 15.209(c), the following provision is inserted: IAW FAR 52.215-3 --Request for Information (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and offeror are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of identifying potential vendors capable of manufacturing Night Vision Instrumentation System (NVIS) compatible cockpit control panels for the F-16C, Block 30/32 aircraft. 508 ACSG, Hill Air Force Base, is conducting an effort to determine potential industry sources for a NVIS compatible DVR/Antenna Select cockpit control panel and a replacement NVIS compatible Anti-Ice control panel faceplate. This announcement is for market research and does not constitute a Request for Proposal (RFP). This is a build to specification procurement effort. 508 ACSG is seeking contractors who are interested and capable of manufacturing the NVIS compatible cockpit control panels and faceplates. The control panel and faceplate requirements are listed below as Tab A and Tab B.. Interested parties shall provide the following: 1) A Statement Of Capabilities (SOC) demonstrating they have the capability to manufacture the NVIS compatible cockpit control panels and faceplates to specification. The SOC is to be unclassified and the information submitted should be pertinent to, and identify contractor capability and experience as related to, the manufacturing effort described herein. 2) A Rough Order of Magnitude (ROM). The ROM will be used for market research purposes only. Responses shall be in accordance with the following: 1) Responses must be received by close of business 30 April 2009. 2) Responses shall not exceed 20 pages. A page is defined as one side of one 8.5 x 11 sheet of paper. 3) Responses shall be in an electronic PDF or Microsoft Word© format. DVR/antenna select control panel requirements: Refer to Tab A for detailed specifications. Anti-ice control panel faceplate requirements: Refer to Tab B for detailed specifications. All responses are to be sent to the Contracting Officer, Debbie Keller, at debbie.keller@hill.af.mil, Comm: (801) 775-6981. This RFI is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to directly pay for any information or responses submitted as the result of this RFI. Possible follow-on procurement, production, and funding are dependent on the government's decision to pursue a contract for this effort. Special Considerations It is the intention of the Government to award this contract to a single integrator but will reserve the right for multiple awards. Contract award decision may be based upon an evaluation of cost and non-cost factors (i.e. technical capability, past performance etc.). To help identify potential sources and assist industry in better understanding F-16 ARC 210 Cockpit Control Panels, the F-16 ARC-210 program office will support one-on-one discussions/ meetings or telecoms with interested contractors. Contractor teaming is also encouraged. Meetings can be scheduled for 2-hr blocks and will be available through 24 April 2009. Location for meetings will be at Hill AFB, Utah. Please contact the POC's below for reserving an appointment. In addition please provide responses to the RFI questions below by 24 April 2009. RFI 1. Are you a qualified source for F-16 structure components? If so, by whom are you qualified and for what components? 2. What is your experience providing similar panels? 3. Describe your facilities, transportation, kitting, manufacturing, and manpower capabilities and capacity. 4. What is your estimated lead time for panel delivery? 5. What quality control measures do you currently have in place (ISO 9000, 9001 etc. and which version)? 6. Do you have clearances in place to handle proprietary or security sensitive equipment, documents, or information? If so, what level of security clearance do you have? 7. The applicable North American Industry Classification system (NAICS) code for this acquisition is 336413: based on this NAICS code what is you size status.  Small Business  Small Disadvantaged  Women-Owned  Veteran-Owned  Service Disabled Veteran Owned  Hub-zone  Women-owned business other than Small  Large Business 8. How many employees so you have? 9. What is your annual revenue? 10. Are you currently registered in the Central Contractor Registry (CCR)? 11. What other suggestion, if any, do you have for the procurement of these panels; Including evaluation criteria, CLIN structure, contract structure, or other topics? POC: Ms. Debbie Keller, Contracting Officer 508 ACSG/PK, 6072 Fir Ave (Bldg 1233), Hill AFB UT 84056 (801) 775-6981 debbie.kelller@hill.af.mil Mr. Matthew Regan, Program Manager 508 ACSS/GFLA, Bldg 1212, Hill AFB UT 84056 (801) 586-9266 mathew.regan@hill.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1f07afabdc4f1c414010b372e7e56caa&tab=core&_cview=1)
 
Place of Performance
Address: HILL AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN01791327-W 20090415/090413215613-1f07afabdc4f1c414010b372e7e56caa (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.