SOLICITATION NOTICE
D -- COMBAT SURVIVOR EVADER LOCATOR FUTURE PRODUCTION
- Notice Date
- 7/12/2011
- Notice Type
- Presolicitation
- Contracting Office
- ESC/HNSK5 Eglin St (MITRE D)Hanscom, AFB, MA
- ZIP Code
- 00000
- Solicitation Number
- R2865
- Response Due
- 9/8/2011
- Archive Date
- 9/23/2011
- Point of Contact
- Ryan Lafferty Ryan.Lafferty@hanscom.af.mil
- E-Mail Address
-
E-mail the POC
(Ryan.Lafferty@hanscom.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Combat Survivor Evader Locator (CSEL) Joint Program Office (JPO), Electronic Systems Center/Space & Nuclear Networks Division (ESC/HNS) located at Hanscom AFB, MA is requesting information from industry for experience and capability to produce Hand-Held Radios (HHRs). The CSEL system was designed under a development contract, let in 1996, to The Boeing Company, Inc. A separate production contract was awarded to The Boeing Company, Inc. in 2005 (planned end date of May 2012) to produce approximately 40,000 HHRs. Additionally, The Boeing Company, Inc. is currently completing a design modification to the HHR and its associated software to provide secure Terminal Area Communications/ Terminal Area Guidance capabilities. This development work is planned to be completed by November 2011. The CSEL JPO currently has requirements for production of approximately 5,000 to 15,000 Hand-Held Radios, and associated ancillary equipment to include 417 to 1,250 Radio Set Adapters (RSA), 500 to 1,500 Radio Set Adapter Spares, 10,000 to 30,000 rechargeable batteries, 2,500 to 7,500 rechargeable battery adapters, 5,000 to 15,000 non-rechargeable batteries, 1,250 to 3,750 ear phones, 2,500 to 7,500 ear phone tips, 1,250 to 3,750 antenna support groups and 250 to 750 Global Positioning System (GPS) couplers. The CSEL JPO expects to purchase 50 Test Hand Held Radios (THHRs) for required field testing and other sustainment activities. The CSEL JPO expects the funding to be spread across Fiscal Years (FY) 12-14. Funding/quantity amounts have not yet been determined, funding/quantity is not yet available, and years are subject to change. The previous production efforts have not been continuous production runs. Breaks in production based on funding availability may occur. Quan! tities per production run may vary based on funding availability per fiscal year. The period of performance for this production effort is projected to begin at the start of FY13 and run up to 5 years. In order to provide operationally usable end items, monthly deliveries will be based on complete User Segment Kits. Each User Segment Kit consists of 12 Hand Held Radios, 12 Non-rechargeable batteries, 24 rechargeable batteries, 15 earphones, 18 earphone tips, 3 Antenna Support Groups, and 1 RSA. Additionally, the contractor shall deliver 1 spare RSA and 6 GPS couplers per 10 User Segment Kits. The Contractor will be required to deliver a minimum of 84 User Segment Kits per month, with the exception of the initial delivery. The initial delivery shall consist of a minimum of 30 User Segment Kits no later than 12 months following contract award. If the 12 month timeline cannot be met, the Contractor will need to provide a schedule and details on the amount of effort it wil! l take to get the production line up and running. This Request for Information (RFI) is for planning purposes only. This is not a Request for Proposal (RFP), a Request for Quotation (RFQ), an Invitation for Bid (IFB), or a commitment by the CSEL JPO to contract for the items contained in this RFI. The Government will not reimburse costs incurred while developing a response to this RFI. With regard to industry RFI responses, ESC will not release to any firm, agency, or individual outside the Government any information marked "PROPRIETARY" without written permission from the respondent. This RFI is limited to United States (US) firms only. Offeror must utilize facilities that are cleared up to the Top Secret security level and posses a communications security (COMSEC) account. A Bidder's Library containing additional information, to clarify technical requirements (A and B Specifications), is available for review upon request. For additional information on obtaining access to the Bidder's Library, contact Lt Karen Langf! eld at Karen.Langfeld@hanscom.af.mil or Mr. Ryan Lafferty at Ryan.Lafferty@hanscom.af.mil. Industry will be required to provide valid proof of US Citizenship, a valid US security clearance and sign a non-disclosure agreement prior to receipt of additional information. If you have any other questions please contact Capt J. Axel Clark at 781-271-3524 or Jack.Clark@hanscom.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/R2865/listing.html)
- Record
- SN02495810-W 20110714/110712234639-dc13b63e48a71d54d66195e6963aa083 (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 |