SOURCES SOUGHT
K -- AN/TYQ-23 V5 Service Life Extension Program (SLEP)
- Notice Date
- 5/20/2011
- Notice Type
- Sources Sought
- NAICS
- 339999
— All Other Miscellaneous 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
- FA8821711R051911
- Archive Date
- 6/18/2011
- Point of Contact
- Jody L Lindley, Phone: 801- 586-9128, Ryan Garner, Phone: 801-586-3464
- E-Mail Address
-
jody.lindley@hill.af.mil, ryan.garner@hill.af.mil
(jody.lindley@hill.af.mil, ryan.garner@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: 1. Request: The CRC System Support Office (SSO) located at Ogden Air Logistics Center (OO-ALC) is requesting information from industry to assist in the planning for the acquisition of V5 SLEP for the AN/TYQ-23 (V)5 Command and Control (C2) systems. This is not a request for proposal or invitation for bid. Any set-aside and small business programs decisions will be made after market research is complete. 2. Background: The Modular Control Equipment (MCE), AN/TYQ-23(V)5, was produced for the United States Air Force (USAF). Seventy MCE Operations Modules (OMs) remain in active service. 3. Requirement: The AN/TYQ-23 (V)5 system must be upgraded to ensure its operational effectiveness is extended through 2020. The proposed SLEP upgrade will extend the operational life of the system and position the USAF to meet future operational objectives and requirements. This effort will not address any current system deficiencies or implement corrections. The system design will use the Engineering Design Model as a basis for production items, and will utilize Commercial Off The Shelf (COTS) components whenever possible. This procurement will be based on the USAF owned Facility Users Manual that includes operations and maintenance instructions as well as parts lists for the SLEP. Installation of the kits is not part of this RFI. The contractor will procure, assemble, test, and deliver approximately 40ea V5 SLEP kits to be installed in the AN/TYQ-23 (V)5. The major items of the kits are identified in section 4 (parts internal to the OM) and section 5 (parts external to the OM). Additional requirements are included in section 6. The NAICS code for this requirement is 339999. Please identify in your response if you feel a different NAICS code is better for this effort. 4. Operations Module: a. Servers (2): Computer system on an Ethernet network. b. Custom boards: schematics and connector requirements to be provided c. Circuit breaker: 20A for Recorder/Reproducer d. Ethernet Switches (2): specifications similar to (Cisco C3560X-48T-S) e. VoIP Media Gateway (VMG) i. Card (2): specifications similar to MAC1000 Compact PCI board from Voiceboard Corporation (Cage Code 0YHY8) ii. PCI Chassis: Dual Power supplies, 4 slots PCI backplane, 2U, 19" rack mount, Elma Type 39 iii. Jumper Cable w/D-sub connectors f. Rack: housing for Servers, VMG, and UPS g. UPS Power Supply: specifications similar to Tripp-Lite SU2200RTXL2UA h. Optical Ethernet Adapter (4): specifications similar to Tripp-Lite N458-001-62 i. Power Cable Adapter: D-sub 5-way connector to NEMA 5-20R j. Cable Adapter (2): 38999 to D-sub 44-way male k. Digital Data Bus (DDB) Cable Adapter: 38999 to D-sub 22-way male l. Electrical to Optical Converter (EOC) Adapter 5. Tactical Operation Center: a. Ethernet Switches (2): specifications similar to (Cisco C3560) b. Network Attached Storage (NAS): Specifications TBD (12 Disk 2U) c. Blu-Ray DVD (2): read/write drives d. Rack: Mounting for Ethernet Switches, NAS (2U), DVD e. UPS Power Supply (4): specifications similar to Tripp-Lite SU3000RTX3U f. Power Distribution Panel (PDP): specifications similar to Technical Services Laboratory (1090-612). g. Cables: Ethernet 50ft h. Extension Cables: Quad outlet 50ft (2), to PDP 50ft i. Transport Case: For Cables and Accessories j. Tactical Operator Station (TOS) (16): i. Transit case that functions as desk (at least 48 x 30" work area) and houses the following components 1. Computer: Dual core, 2.5GHz, 4GB RAM, dual video out, PXE boot 2. Touch Screen Computer: Communication Interface Panel 3. Display 26" (2) 4. Ethernet switch: 10/100/1000, Five (5) ports 5. Power Supply (DC): converts 110VAC to 24 VDC ii. Switch: Push To Talk :Specs TBD iii. Headset: Specs TBD 6. Additional requirements: a. Develop training (maintenance, operation) b. Deliver spares. c. Coordinate with Government to clarify/correct drawings, address part availability issues, and improve overall design quality to mature EDM data/design throughout the production effort d. Perform first article kit production and support first article installation and test events 7. Response: Please provide formal responses to the tasks listed above. Address your capabilities to accomplish the below tasks and provide highlights of successful past experience on similar government contracts within the past 10 years. a. Describe your current manufacturing capability and experience i. Describe Quality processes to manufacture a System ii. Describe Quality Program Management processes to manufacture a System 1. Risk management to achieve program objectives 2. Cost control and accounting management b. Describe your current capability and experience addressing COTS obsolescence in currently fielded weapon systems. i. Integration of COTS into fielded systems ii. Retrofitting fielded systems with COTS iii. COTS experience related to TYQ-23 (V)3, (V)4, and (V)5 systems c. Describe your capability and experience with weapon system supportability and sustainment i. Technical data management ii. Provisioning d. Describe your capability and experience with current AN/TYQ-23(V)5 system. i. System operation ii. Engineering iii. Testing e. Identify company's size and small business socio-economic status given the identified NAICS Code. 8. Please provide your response electronically on no more than four single-sided, single-spaced pages using 12-point, Times New Roman font, and minimum one-inch margins. The electronic format may be Microsoft® Word or Adobe® PDF format. Responses to this RFI are requested by close of business on 3 June 2011. All responses shall be unclassified and reviewed to ensure consideration of operational sensitivities. All RFI responses and correspondence related to this matter should be e-mailed to: Ryan Garner at ryan.garner@hill.af.mil and Jody Lindley at jody.lindley@hill.af.mil. 9. NOTE: There will be an Industry Day hosted at Hill AFB, UT prior to the formal Request for Proposal. The tentative time frame for Industry Day is in the middle of July; however, we will update this RFI with an exact time and date when decided. Interested parties must submit the names of all people planning on attending the Industry Day to Ryan Garner (contact information listed above). There will be a maximum of three persons allowed for each party attending Industry Day.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8821711R051911/listing.html)
- Record
- SN02453714-W 20110522/110520235310-2011cbe77573e17632fd253fd74dc0f5 (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 |