Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2012 FBO #4010
SOURCES SOUGHT

J -- MILSATCOM Non-Protected Terminals Interference Mitigation design, modification, and installation

Notice Date
11/14/2012
 
Notice Type
Sources Sought
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
AITGIM_SMCMCL
 
Archive Date
12/14/2012
 
Point of Contact
Russell J, Shaw, Jr., Phone: 7195567341, James D. Swartz, Phone: 7195560612
 
E-Mail Address
russell.shaw@us.af.mil, james.swartz@peterson.af.mil
(russell.shaw@us.af.mil, james.swartz@peterson.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Department of the Air Force, Space and Missile Systems Center (SMC), Space Logistics Directorate contracting branch (SMC/PKL) located at Peterson AFB in Colorado Springs, CO is contemplating a Firm-Fixed-Price/Cost Reimbursable future requirement in support of the SMC MILSATCOM Systems Directorate, Logistics and Operations Support Division (SMC/MCL) located at Peterson AFB, CO. The Government is performing market research to understand the market's capabilities to design an Interference Mitigation solution and subsequent modification and installation of the Airborne Integrated Terminal Group (AITG) AN/ARC-234 radio. Technical orders, test equipment, depot level drawings and manuals were not procured with this system and are proprietary. Pending market research results and a determination of qualified sources, the Government may award a sole source contract to Raytheon Systems Company IAW FAR 6.302-1, Only One Responsible Source and No Other Suppliers or Services will Satisfy Agency Requirements. Documented AITG system knowledge is required to maintain and produce integrated hardware modifications. The Interference Mitigation is a program fulfilling a need to negate spurious noise from the AN/ARC-234 radios and to install the newly designed modification on the AN/ARC-234 radios. The AITG, AN/ARC-234 is a multiband, multi-mode (single mode of operation at a time) terminal. The AITG is installed on various U.S. Department of the Air Force aircraft platforms and Foreign Military aircraft platforms authorized under Dept. of State ITAR agreement. Performance requirements: the contractor shall be required to: - Determine the set of system requirements applicable to the AN/ARC-234 System and develop an Engineering Change Proposal (ECP) documenting the AN/ARC-234 System's Signal Interference resolution requirements; - Design and develop a solution for ARC-234 radios spurious noise; - Functionally test the new hardware and present the initial test results for Government approval; - Install and integrate modification on AN/ARC-234 radio sets; - Test all necessary equipment in the upgraded ARC-234 radios, - Provide Government final results for Government to officially accept; - Provide Government a schedule to receive and modify FMS country radios; and, - Provide back to the Government all necessary tools, spare parts (equal to, or superior to, OEM requirements), labor, materials, technical data, facilities, packaging and transportation to accomplish the repair and delivery of serviceable AN/ARC-234 System asset(s). Contractors shall be required, upon award, to have Top Secret security clearances. Interested parties responding shall also indicate their ability to obtain International Traffic in Arms Regulation (ITAR) Technical Assistance Agreements (TAA) to be in effect prior to Nov 2012 in order to assume FMS sustainment support. The basic period of performance is anticipated to be eighteen months. If the Government elects to do so, a projected Request for Proposal (RFP) release date for this effort is estimated to be February 2013 timeframe. List of Acronyms: AITG - AIRBORNE INTEGRATED TERMINALS GROUP CVSD - Continuously Variable Slope Delta DAMA - Demand Assigned Multiple Access ECP - Engineering Change Proposal FMS - Foreign Military Sales HPA - High Power Amplifier HW - Hardware IM - Interference Mitigation JITC - Joint Interoperability Test Center LOS - Line of Sight LNA/D - LOW NOISE AMPLIFIER/DIPLEXER MILSATCOM - Military Satellite Communications PCO - Procuring Contracting Officer RCU - Remote Control Unit SATCOM - Satellite communications SMC/MCL - Space and Missile Systems Center / MILSATCOM Logistics SW - Software UHF - Ultra High Frequency VHF - Very High Frequency All responsible sources may submit a Statement of Capability (SOC), which will be considered. Responses from small business and small disadvantaged business firms are highly encouraged. If your company is interested only in subcontracting possibilities, please indicate this clearly in your SOC submission. Interested parties must submit an unclassified SOC within 15 days of this announcement demonstrating the following: facilities for the repair, modification, enhancement, maintenance, testing, and cryptographic and TEMPEST control of the AITG (facilities must be secure and CCI controlled); access to contractor proprietary software tool licenses, rights, documentation, test and development software, and hardware stations that replicate the original software development and test environment; AITG system knowledge, plus skilled, trained, and experienced personnel. Include the following as part of the SOC: Describe relevant past experience with removing, installing, troubleshooting and operating ARC-234 radios - to include associated baseband and remoting equipment and the capability to fully satisfy the Government's performance requirements described above. All SOC responses will not exceed 10 single-sided pages and must conform to 8.5 x 11-inch pages with font no smaller than 12-point and a minimum of 1-inch margins. The SOC must include the following information: 1) Company name, mailing address, points of contact (including position within company), telephone numbers, and email addresses; and 2) Business size classification (large, small, or other) and type of business (Large, Small, etc.). Interested parties shall submit a SOC addressing the capability to satisfy the above MILSATCOM Non - Protected Terminals Interference Mitigation requirements to: SMC/PKL, Attn: Russell J. Shaw, Jr., Contracting Officer, 1050 E Stewart Avenue Bldg 2025, Peterson AFB, CO 80914-2902 (e-mail: russell.shaw@us.af.mil). Electronic submissions under 5MB total file size sent to the Contracting Officer's email address provided herein are acceptable. Oral communications are not acceptable. This synopsis is for information and planning purposes only; it does not constitute an RFP. Any information submitted in response to this synopsis is strictly voluntary. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. Any response to this synopsis is not an offer and cannot be accepted by the Government to form a binding contract. The Government will not recognize any cost associated with the submission of a SOC. The Government will use any information received for planning purposes in support of market research and to improve the understanding of industry capabilities in response to the SOC. An Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman is Mr. James Gill, SMC/PK, (310) 653-1789.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/AITGIM_SMCMCL/listing.html)
 
Place of Performance
Address: Contractor’s facility, United States
 
Record
SN02930119-W 20121116/121114233947-751ef785d1fc853318095c972d28c8c2 (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.