Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2011 FBO #3625
SOLICITATION NOTICE

16 -- Mission Operator Pallet - MOP RFI 26 Oct 11

Notice Date
10/26/2011
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
667AESS-WISK-11-001
 
Archive Date
11/25/2011
 
Point of Contact
Katherine Hamblin, Phone: 9372553594, Courtney E. Hartke, Phone: 9372553579
 
E-Mail Address
katherine.hamblin@wpafb.af.mil, Courtney.Hartke@wpafb.af.mil
(katherine.hamblin@wpafb.af.mil, Courtney.Hartke@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI 26 Oct 11 Description 1. This Request for Information (RFI) is issued for information purposes only and neither constitutes a solicitation nor a commitment by the government to award a contract now or in the future. Submitting information for this RFI is voluntary, and participants will not be compensated. The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, bid and proposal costs, of the Federal Acquisition Regulation. Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. 2. The ASC's Special Operations Forces and Personnel Recovery Division of the Intelligence, Surveillance and Reconnaissance Directorate is soliciting information to identify possible non-developmental sources for the follow-on production and engineering support of the Precision Strike Package (PSP) Mission Operator Pallet (MOP) for the MC-130J. The MOP is responsible for the command and control of all of the mission equipment consisting of the medium caliber (30mm) gun with trainable gun mount, multiple Standoff Off Precision Guided Munitions (SOPGMs), internal crew member and external communications, Beyond Line of Sight (BLOS) data links, Line of Sight (LOS) data links, multiple Electrical Optical /Infrared (EO/IR) sensors, as well as various carry-on systems. With the exception of the gun and the EO/IR sensors the MOP powers all of the mission equipment both on and off the pallet. The MOP hosts the battle management system software and the fire control system software and, through operator controls, controls the employment of SOPGMs and firing of the gun. 3. Responses to this RFI should assume very limited (TOs) United States Government (USG) provided data for MC-130J aircraft and variants and no design data for the MOP structure and MOP hardware/software architecture. Responses should identify how their existing systems would support the needed communication and data systems. Responses should define how said data will be obtained; if teaming arrangements are used to meet data needs, the RFI response should identify potential teaming arrangements and roles and responsibilities. The prime contractor will be responsible for the MOP system performance. 4. In particular, the government is interested in the following information: a. Responses should address any safety concerns/considerations and integration challenges associated with the MOP. b. Identify certification efforts required to support use of your system and proposed timeline to achieve that certification.. c. Your relevant experience with recent weapon system control stations involving the integration of sensors, communication systems and weapons. d. The process used for airworthiness certification of your proposed solution. e. Provide a notional schedule clearly showing contract award, long lead procurement, production milestones, integration/development & test, technical order development, and logistics/sustainment events with assets available and IOC. Delivery of the first system is required in Jan 2013 and must be certified and ready for aircraft installation. 5.Responses to this RFI shall be limited to 25 pages in length, not including the cover page or exhibits (including pictures within the text). Do not submit classified data. It is desirable, but not required, that responses be submitted on CD-ROM in an electronic format compatible with Microsoft Windows/Office with no macros. Two copies of the paper submittals should be submitted; this is in addition to, or in lieu of the CD submittal. If the CD contains proprietary/competition sensitive material, the CD and the cover label should be marked ‟Proprietary/Competition Sensitive Material". Paper copies must be clearly labeled ‟Proprietary/Competition Sensitive Material". Proprietary/competition sensitive material will be protected from disclosure. As appropriate, e-mail copies of the paper submittal will also be accepted. 6.Your response must be received no later than 10 Nov 2011. Responses should be sent to ASC/WISK, Katherine Hamblin (Com: 937-255-3594, e-mail: Katherine.Hamblin@wpafb.af.mil, Bldg 46, 1895 Fifth Street, WPAFB OH 45433-7200. Any technical questions should be directed to Mike Hopkins (Com: 937-255-3723, e-mail: michael.hopkins3@wpafb.af.mil).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/667AESS-WISK-11-001/listing.html)
 
Record
SN02613527-W 20111028/111026234555-985b991ee91493a1f2b021c967a1dce1 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.