SOURCES SOUGHT
16 -- E-4B NAOC Mission System Modernization II
- Notice Date
- 6/15/2011
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
- ZIP Code
- 73145-3015
- Solicitation Number
- FA8106-11-R-0009
- Archive Date
- 7/7/2011
- Point of Contact
- michael s. moore, Phone: 4057394451
- E-Mail Address
-
michael.moore@tinker.af.mil
(michael.moore@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- E-4B NAOC Mission System Modernization Sources Sought Synopsis This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of market research being conducted by the Air Force to identify capable potential sources. The United States Air Force, through the Oklahoma City Air Logistics Center (OC-ALC) is conducting market research to identify potential business sources interested in providing E-4B NAOC Mission System Modernization services. The E-4B is a fleet of 4 highly modified Boeing 747-200s. Due to the small fleet size, aircraft availability is of primary importance to the E-4B community and should be thoroughly considered by prospective offerors. The E-4B serves as the National Airborne Operations Center (NAOC) for the National Command Authorities (NCA) and provides a worldwide-deployable, enduring node of the National Military Command System (NMCS) to fulfill national security requirements throughout the full spectrum of conflict. It is a modern, highly survivable, command, control and communications center to direct U.S. forces, execute emergency war orders and coordinate civil authorities' activities, including national contingency plans. The E-4B has a variety of communication and cryptographic equipment to provide connectivity within the radio spectrum from Very Low Frequency (VLF) to Extremely High Frequency (EHF). Proposed upgrades will further improve and modernize onboard capabilities and provide opportunities for future technology insertion. They will support the President of the United States (POTUS), Secretary of Defense (SECDEF) and senior leaders' contingency operations, and routine communications during all mission profiles. In addition, they will provide enhanced, flexible systems for securing data, video and voice recognition-quality communications for both onboard and offboard worldwide connectivity through replacement, modification, or addition of E-4B mission systems that includes Commercial -Off -The -Shelf (COTS) hardware and software. E-4B mission systems include (but are not limited to): radio systems such as VLF/Low Frequency (LF) Transmit and receive, Medium Frequency (MF) Receiver, High Frequency (HF) Radios for Automatic Link Establishment (ALE) and High Frequency Data Link (HFDL) Communication, Very High Frequency (VHF) and VHF-FM radios, Multiple Command, Control, and Communications (C3) Ultra High Frequency (UHF) radios with Multiplexing, UHF Satellite Communication (SATCOM), Multiple International Maritime Satellite (INMARSAT) terminals, Commercial Ku SATCOM, Super High Frequency (SHF) SATCOM, and EHF Milstar systems as well as a variety of other systems such as Message Processing System, Red and Black Digital Switching systems, Automated Patch and Test facility, Survivable Emergency Conferencing System, and a variety of non secure and secure networks and network distribution systems. The E-4B mission system modernization programs will involve modernization/upgrade of systems; recurring and non-recurring engineering services. Contractual requirements will include (but are not limited to): program management; Original Equipment Manufacturer (OEM) agreements for communication systems currently on the aircraft; strategic planning, risk management and mitigation, budgeting and execution of government approved plans and programs, configuration management /documentation, and software engineering. Modernization requirements include modifications from concept through fleet installation and related follow-on engineering support services. Additional requirements include: initial training, electrical/power load, Environmental Control Systems, stress and structural, physical configuration, wiring and other reference designators, Electromagnetic Interference and Electromagnetic Compatibility (EMI/EMC) analysis and testing, Electromagnetic Pulse (EMP) analysis and testing and Survivability and Vulnerability (S&V) analysis, systems engineering support, detailed design engineering, design change analyses, system and subsystem integration, technical analyses, drawing and technical data maintenance, software development, maintenance, and support including TCNO and COTS software, technical order development, maintenance, and updates; Government Furnished Property maintenance, Engineering Change Proposal preparation and submission, flight safety analyses, reliability and maintainability analyses, ground and flight test support, program analyses, design study preparation, cost estimation, schedule development, accident investigation, engineering feasibility studies, material deficiency report analyses, field problem investigation, and failure analyses. Qualified contractors and/or subcontractors should be familiar with Boeing 747-200 airframe and be able to access E-4B specific engineering, configuration, aerodynamics, electronics, hardware, software, support equipment, training devices, system integration, communication systems, and risk management processes. Contractors must have access to suitable facilities, tools, equipment, and personnel to provide E-4B mission system modification services and have the ability to certify or get certification to Military, commercial, or FAA airworthiness standards as required.. Contractors responding to this Sources Sought Synopsis shall submit the following information electronically no later than July 6, 2011, 4:30 PM EST to michael.moore@tinker.af.mil. Responses must include the following: name and address of firm, capabilities related to the task areas above, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners; intent to participate in the upcoming acquisition as a prime offeror; list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). The page limitation for this submission is ten (10) pages. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their responses. This synopsis does not constitute a Request for Proposals (RFP), or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Sources Sought request. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. The Government will evaluate the information provided, use it to document our market research and develop the RFP. In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work required by the Government. Point of Contact Steve Moore, Contracting Officer, Phone (405) 739-4451, Email: michael.moore@tinker.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8106-11-R-0009/listing.html)
- Record
- SN02473340-W 20110617/110615234656-c23bc9afc11719d7f22340a431fd3888 (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 |