SOURCES SOUGHT
D -- F-22 Ruggedized Laptops
- Notice Date
- 8/18/2010
- Notice Type
- Sources Sought
- NAICS
- 334111
— Electronic Computer 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
- FA8604-10-R-7030
- Archive Date
- 9/9/2010
- Point of Contact
- Daniel J. Staloch, Phone: 9376567373, Jonathan West, Phone: 9376567401
- E-Mail Address
-
daniel.staloch@wpafb.af.mil, jonathan.west@wpafb.af.mil
(daniel.staloch@wpafb.af.mil, jonathan.west@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis; there is no solicitation available at this time. Requests for solicitation will receive no response. This Sources Sought Synopsis is published for market research purposes only. This Sources Sought Synopsis is conducted to identify potential sources capable of meeting the requirements, as listed below, for providing fully ruggedized laptops for the 673 AESS/SYC F-22 IMIS Integration Office at Wright-Patterson Air Force Base at Dayton, Ohio. Please review this Sources Sought Synopsis. The Government anticipates a Firm Fixed Price contract. The Government anticipates this acquisition will utilize procedures outlined in FAR Part 12-Acquisition of Commercial Items and FAR Part 15-Contracting by Negotiation. The Government anticipates ordering a total of five-hundred and six (506) fully ruggedized laptops and forty-five (45) compatible 10-slot battery chargers. All products must be currently in-production. All laptops must meet or exceed the following MIL-STD: MIL-STD-1553B interface TEMPERATURE: MIL-STD-F, Method 501.4/502.4, Procedure I and II; Operating Cold start at -18C to +60C; Non-operating -32C to +71C. SOLAR RADIATION: MIL-STD-810F, Method 505.4, Procedure I, Diurnal Cycle A1 EXPLOSIVE ATMOSPHERE: MIL-STD-810F, Method 511.4 SHOCK: MIL-STD-810F, Method 516.5, Procedure I; 30G, 11 millisecond, 1/2 sine pulse operational 1 shock each axis; 36" drop shock. VIBRATION: MIL-STD-810F, Method 514.5, Procedure I Category 4, Annex A, Composite wheeled and tracked vehicles, Figure 514.5C-3 operational. ALTITUDE: MIL-STD-810F, Method 500.4, Procedure I and II; Operating sea level to 12,500 feet; Non-operating sea level to 30,000 feet. HUMIDITY: MIL-STD-810F, Method 507.4, Procedure I and II; Relative humidity Operating 10% to 95%; Non-operating 5% to 95% - minimum 10 each, 24 hour cycles with an operational test performed every two days. DRIVING RAIN: MIL-STD-810F, Method 506.4, Procedure I; 1.8" per hour at 20 mph wind speed operational, for 30 minutes/each surface. SAND AND DUST: MIL-STD-810F, Method 510.4, Procedure I and II; 20 mph ±3 mph for 30 minutes/each surface, at a concentration of Sand 2.2 ±.5 g/m3 and Dust 10.6 ±.7 g/m3. SALT FOG: MIL-STD-810F, Method 509.4. EMI/ESD/HAEMP: MIL-STD-461E, RE101-1, RE102-3, RS103, RS105, CS101, CS114, CS115, CS116, CE101, and CE102; MIL-STD-464A, Paragraph 5.7.3 and TOP 1-2-511; MIL-STD-2169B HEMP environment 1 Each laptop must contain an internal dual-channel, dual-redundant 1553 interface card and a 32-pin MIL STD connector. Each laptop must be compatible with trusted Solaris 10. Further, each laptop kit must be accompanied with / contain a Hard Carry Case, 4GB RAM expandable to 8GB RAM, Two (2) 160GB Solid State Drives, Three (3) Batteries, a Carry Strap, AC/DC Rugged Power Adapter, and a five (5) year warranty. The Government anticipates ordering two-hundred and twenty-six (226) laptops and twenty-one (21) compatible 10-slot battery chargers upon award of contract. Additionally, the Government anticipates creation of two (2) negotiated Options. Each Option would include one-hundred and forty (140) laptops and twelve (12) compatible 10-slot batter chargers. Potential offerors are cautioned that these Options may be exercised on extremely short notice. The Government anticipates delivery lead-time of less than four months. Information is being collected from all potential sources at this time. Firms responding to this announcement should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business (HUBzone). The North American Industry Classification System (NAICS) code for this action is 334111 - Electronic Computer Manufacturing, with a small business size standard of 1,000 employees. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their CCR. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. All interested parties shall submit a 6-8 page capabilities document. The Capabilities Document should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Your capabilities document should include the following: company name, address, point of contact, telephone number, email address, cage code, web page URL, and small business status. Please submit an electronic copy of the capabilities document to Daniel.Staloch@wpafb.af.mil. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the potential offerors for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP), or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or part any industry input as a result of this announcement. The Government recognizes that proprietary data may be a part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If you have any questions, you may contact Daniel Staloch at Daniel.Staloch@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-10-R-7030/listing.html)
- Place of Performance
- Address: WPAFB, OH 45433, WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02245176-W 20100820/100818235252-53b0af56a9225f253be2dcc14b61654d (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 |