SOURCES SOUGHT
20 -- CSAR SONAR - Appendix A
- Notice Date
- 12/16/2009
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8629-10-R-2496
- Point of Contact
- Nancy G. Leggett, Phone: (937) 255-1696
- E-Mail Address
-
nancy.leggett@wpafb.af.mil
(nancy.leggett@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Technical description of proposed CSAR SONAR capability. 1. The Aeronautical Systems Center (ASC) is soliciting additional information to identify possible sources for search and rescue SONAR systems. The SONAR system shall consist of the following components: dive mask, Side-Scan SONAR, Sector-Scan SONAR, and Diver Hand-Held SONAR. In addition, the SONAR system needs to be compatible with CF-19 "ToughBook" laptop computer. This SONAR procurement is part of the larger United States Air Force Guardian Angel (GA) program which is formulated to prosecute Department of Defense Combat Search and Rescue (CSAR). This RFI is issued for informational purposes only and does not constitute a solicitation or commit the government to award a contract now or in the future. Submitting information for this RFI is voluntary and participants will not be compensated. 2. Respondents should describe their ability to meet or exceed the SONAR system requirements described in appendix A below. In addition to describing their capabilities to provide an integrated SONAR system and dive mask, respondents to this Request for Information (RFI) should also include relevant information on training and warranties as discussed below. a. Training: Training shall be designed to provide the information necessary to safely setup, operate and maintain the system. Training shall include fundamentals of system operations, setup and testing, operations and features of the system software, water operations, and system troubleshooting procedures. Explain the duration and depth of training available for this system. Respondent shall provide training at two (2) different sites for a small cadre of operators. b. Warranty: The government requires a three (3) year warranty to include the price for services and/or parts replacement. Respondent should explain what is included in the warranty program. If the customary warranty, service agreement, service contract, and/or maintenance agreement is less than what the program office requires, please explain what additional time/services would be necessary to bring the warranty to this level. 3. Two (2) paper copies should be submitted as set forth in paragraph 4. Paper copies must be clearly labeled "Proprietary/Competition Sensitive Information" on the cover sheets and on each applicable page. Proprietary/Competition sensitive information will be protected from disclosure. E-mail copies of the paper submittal will be accepted. Responses should be no more than 20 pages in length. 4. Responses shall be received no later than 15 January 2010. Paper/e-mail submittals should be sent to 670 AESS/SYKA, Attn: Nancy Leggett (Com: 937-255-1696, e-mail: nancy.leggett@wpafb.af.mil ), Bldg 46, 1895 Fifth Street, WPAFB OH 45433-7200. Any technical questions should be directed to Ms. Jennifer Hart, (Com: 937-255-3051, e-mail: Jennifer.Hart@wpafb.af.mil).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8629-10-R-2496/listing.html)
- Record
- SN02025329-W 20091218/091216235646-cd0a675722178b278d118d5f0c1a95c7 (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 |