Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2012 FBO #3872
SOURCES SOUGHT

16 -- B-2 Armament Test Program Sets (TPS)

Notice Date
6/29/2012
 
Notice Type
Sources Sought
 
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
FA8626-B-2-TPS
 
Archive Date
7/31/2012
 
Point of Contact
Marilyn K. Forcum, Phone: 937-656-8918, Frederick Kirchner, Phone: 937-656-8913
 
E-Mail Address
marilyn.forcum@wpafb.af.mil, Frederick.Kirchner@wpafb.af.mil
(marilyn.forcum@wpafb.af.mil, Frederick.Kirchner@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
B-2 ARMAMENT TEST PROGRAM SETS (TPS) This is a Sources Sought Synopsis. There is no solicitation available at this time. This action is being conducted to identify potential sources capable of meeting the requirements for the following: a) Hardware and software changes to rectify safety, user interface, performance gaps and margins found between the Common Organizational Level Tester (COLT) (TTU-584/E) and the Massive Ordnance Penetrator Interface Test Program Set (TPS) (MIT), Bomb Rack Unit 44 (BRU-44) TPS, Smart Bomb Rack Assembly (SBRA) TPS, and Rotary Launcher Assembly (RLA) TPS; b) Software depot training and logistics planning to support organic depot activation for all TPSs; c) Interim Contractor Support (ICS) for the RLA, SBRA, BRU-44, and MOP interface TPSs. Unique TPSs developed for the B-2 weapon delivery systems include the RLA, SBRA, BRU-44, and the MOP Interface. The TPSs include test software that executes on the COLT, and all required cabling and hardware required to connect the Unit Under Test (UUT) to the COLT. The completion of this effort will mark the close of contractor support needed for the TPSs. Any follow on workload will be performed organically at a Government Air Logistics Center. The following corporate experience is required as a minimum for consideration: a) In depth technical knowledge of the Common Organizational Level Tester (COLT) (TTU-584/E) and an established relationship with its manufacturer, Lockheed Martin Global Training and Logistics; b) Prior knowledge of and documented experience with the B-2 Armament Systems; c) In depth experience with the Government Nuclear Certification Process for Automatic Test Equipment; d) In depth knowledge and experience specific to LabVIEW and Test Stand Software for both NT and XP Operating Systems in relation to the B-2 Armament TPSs; e) Strong history of developing testing requirements for airborne armament control systems employing Automatic Test Equipment, with specific knowledge of B-2 TPSs preferred. Interested parties are invited to submit a Statement of Capabilities (SOC) to the Government for evaluation in response to this announcement including demonstrating experience of the requirements above. Information submitted must be pertinent and specific and cover the following areas: 1. Experience: Provide an outline of previous projects and/or specific work experience in relation to the above mentioned criteria. Include a brief description of demonstrated experience and familiarity of aircraft armament test systems, preferably with the COLT and B-2 TPSs. 2. Personnel: Provide evidence of functional expertise in program management, engineering, contract administration, configuration management, and logistics at a minimum. Please provide assurance that each function can be performed. 3. Any other specific and pertinent information as it pertains to this particular area of procurement that would enhance our consideration and evaluation of the information submitted. Interested parties responding to this announcement shall indicate whether they are large, small, small disadvantaged, Section 8(a) qualified, women-owned, minority-owned, service-disabled veteran, or HUB zone, in relation to North American Industry Classification System (NAICS) 336413. Interested parties responding to this announcement shall indicate whether they are foreign owned. Responses (including Statements of Capabilities) to this announcement must be received no later than 16 July 2012, 1600 EST. Questions and routine communications concerning this announcement may be directed to: Marilyn.Forcum@wpafb.af.mil. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT SYNOPSIS NOR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED IN THIS REQUEST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8626-B-2-TPS/listing.html)
 
Record
SN02790747-W 20120701/120629235132-4969b25f94398264e0f353737a5690aa (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.