Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 17, 2009 FBO #2729
SOURCES SOUGHT

93 -- RFI for COTs Thin-Packed Parachute System - LPP DRAFT PSpec Updated 6 MAY 09

Notice Date
5/15/2009
 
Notice Type
Sources Sought
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 77AESG -Aeronautical Systems Group, 7980 Lindbergh Landing, Brooks City-Base, Texas, 78235-5119, United States
 
ZIP Code
78235-5119
 
Solicitation Number
FA8902-09-R-LPP1
 
Archive Date
7/2/2009
 
Point of Contact
James D. Shaw, Phone: 2105364892, Joanna Cox, Phone: 2105362068
 
E-Mail Address
james.shaw@brooks.af.mil, joanna.cox.ctr@brooks.af.mil
(james.shaw@brooks.af.mil, joanna.cox.ctr@brooks.af.mil)
 
Small Business Set-Aside
N/A
 
Description
LPP PSpec Updated Draft 6 MAY 09 1.0 PURPOSE The purpose of this RFI is to open a dialogue with industry and other communities of interest, to ensure to the maximum extent possible that industry input and comments are given proper and due consideration in the commercial purchases of thin-packed parachute systems for Air Force Special Operations Command's aircrews. This RFI is expected to allow the 77 AESG to compare technical data, cost and schedule estimates of each system and use this information to select a thin-packed parachute system to become certified for Air Force use. This is a sources sought synopsis announcement; a market survey for information 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 gain knowledge of potentially qualified sources; please do not request a copy of a solicitation, as one does not exist. Responses are due to this RFI by 15 June 2009. 2.0 DESCRIPTION 2.1. The 77th Aeronautical Systems Group (77 AESG), Aircrew Performance Division (TA) is seeking information for a COTS solution that will be used to provide Air Force a thin-packed emergency parachute system that meets the requirements of the Low Profile Parachute (LPP) Program. 2.2. Specifically, this RFI seeks the following information: • A COTS item (proposed system) which can be readily adapted for military use • Description of the proposed system and any technical data available • Technical assessments of proposed system vs. LPP draft Performance Specification Requirements • Ideas and suggestions that provide alternative approaches to designing, developing, acquiring, adapting, operating, integrating, and managing COTS item to fulfill the requirements of the LPP program • Existing test data on the proposed system • Schedule estimates (development, test, and production capacities) • Price of proposed system (price per unit and cost breaks for quantity buys) • How government personnel will interact and maintain the proposed system • Description on domestic production facilities and sources of supply to demonstrate that the proposed system is in compliance with the Berry Amendment (USC, Title 10, Section 2533a) 3.0 CAPABILITIES SOUGHT 3.1. The capabilities sought are described in Section 3 of the attached LPP draft Performance Specification. What solution(s) do you have that are available now which will meet the requirements of the government draft Performance Specification. For each solution, provide/answer the following: • Describe your solution(s) and its existing capability. Provide a description of each component of your system (physical properties, performance). What type of packaging does your system require? • Supply the price for each system and cost breaks for quantity purchases • Describe how your solution(s) will satisfy each requirement in the government draft Performance Specification • Describe your existing or planned production capability • Specify lead time in producing multiple parachutes to be delivered for testing • If applicable, identify any issues or recommended changes to the Performance Specification requirements or verification methodology with supporting rationale 3.2. Testing and verification that the government feels is necessary to validate the proposed system is adequate for aircrew use are identified in Section 4 of the LPP draft Performance Specification. Government may also consider test data based on alternate test methods, however, contractor must provide details of their test methods. • Although the Government may perform testing on systems, request all available data (test, analysis, etc.) to verify ability of system to meet the requirements of the draft Performance Specification 3.3. If applicable, identify any issues or recommended changes to the draft Performance Specification requirements or verification methodology with supporting rationale. 4.0 INFORMATION APPROACH 4.1. The information received will be used to identify possible solutions to fulfill the requirements of the Low-Profile Parachute Program. 4.2. 77 AESG intends to develop a report from the aggregate of the information provided from industry. Care will be taken not to present information in a way that clearly identifies individual vendors or products. Proprietary information will not be disclosed to industry. In addition to the technical information requested, we require interested parties to answer the following questions: a. Company name, address, point of contact, telephone number and e-mail address b. Business size (if 8(a) provide proof of certification, etc) under North American Industry Classification System (NAICS) 314999. Under which NAICS does your company usually provide work identified above? c. Do you consider a NAICS code other than 314999 to be more appropriate as a classification for the work identified above? Please include the rational for your answer d. Which of the following would you see as your role in the performance of a potential requirement of this nature? (a) Prime Contractor; (b) Subcontractor; or (c) Other, and please describe e. 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. Include name, address, telephone number and e-mail address of references. Also, provide a brief description of the work performed, and period of performance. Information on contracts must be the same or similar to the nature of this inquiry 5.0 This RFI is issued solely for information and planning purposes, and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201(e) responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. CONTACT INFORMATION Questions should be directed to : JAMES D. SHAW, 1st Lt, USAF Contracting Manager 77 AESG Brooks City-Base TX 78235 James.shaw@brooks.af.mil LYNWOOD POOLE, Capt, USAF Program Manager 648 AESS Wright Patterson, AFB OH 45433 Lynwood.poole@wpafb.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HSGYASK/FA8902-09-R-LPP1/listing.html)
 
Record
SN01820181-W 20090517/090516161943-46489565fb76da7552024403e1e6a5c0 (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.