SOURCES SOUGHT
16 -- RFI for Armament Circuit Preload Test Set
- Notice Date
- 1/28/2013
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- USPFO for Arizona, 5645 East McDowell Road, Phoenix, AZ 85008-3442
- ZIP Code
- 85008-3442
- Solicitation Number
- W912L2-13-RFI-3002
- Response Due
- 3/1/2013
- Archive Date
- 3/29/2013
- Point of Contact
- Jonathan V. Wood, 520-295-6938
- E-Mail Address
-
USPFO for Arizona
(jonathan.wood.1@ang.af.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI for Armament Circuit Preload Test Set As prescribed in Federal Acquisition Regulation (FAR) 15.209(c), the following provision is inserted: IAW FAR 52.215-3 - Request for Information (Oct 1997) (a) 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 FAR. (b) 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. (c) This solicitation is issued for the purpose of identifying a possible replacement for the Armament Circuits Preload Test Set (P/N's 16U75060-835, -849, -853, and -885. NSN 4920-01-301-6273), A/E24T-199B, (A05G0515-X, NSN 4920-01-542-7201), A-10 tester (160D998560-1 NSN 4920-01-121-3601). The Air National Guard and Air Force Reserve Command Test Center (AATC) is conducting an effort to determine potential sources for a replacement Armament Circuit Preload Test Set that is compatible with the Air National Guard (ANG) and Air Force Reserve Command (AFRC) F-15, F-16, and A-10 aircraft. This announcement is for informational purposes and does not constitute a request for proposal. AATC is seeking vendors interested in providing an affordable commercial off-the-shelf (COTS) solution that can be used as part of an Operational Utility Evaluation (OUE) effort. System Requirements: 1.General Performance Requirements: The voltage detector shall be a reusable, repairable, hand held tester. It shall provide, upon demand, the capability of verifying the absence of stray voltage on critical aircraft circuitry in an un-energized state, the presence of voltage in an energized state, and the presence of a voltage under load for firing Electro-explosive devices. The voltage detector shall have the capability to perform tests and display the results of the test through the use of switches, indicators, and a numeric display. The voltage detector shall have the ability to perform a self-test of its own circuitry and an adapter test of interface cables and adapters to ensure correct operation of the test set. 2.The test set shall meet all safety design and evaluation requirements as stated in AFMAN 91-118 and AFMAN 91-119 and be nuclear certified according to the process outlined in AFI 63-125. The vendor will support a Nuclear Certification Impact Statement (NCIS) up to the creation of the Certification Requirements Plan (CRP), to include the development of a Nuclear Safety Analysis Report (NSAR). 3.Specific Performance Requirements: The voltage detector shall have the capability to perform the following measurements and tests as specified: Presence of Voltage for nominal 28 volt inputs (PV) Presence of Voltage Pulse test (PVP) Presence of Voltage for nominal 270 volt inputs (PVH) Presence of 115 volts AC (ACV) Absence of Voltage (AV) Stray Voltage (SV) Electro-Explosive Device test (EED1) High current Electro-Explosive Device test (EED2) Presence of 1553/WMUX communications test (MUX) Presence of 1760/WMUX communications test (MUX) Adapter Test/Resistance (AT/R) Missile Audio Output (Audio) Missile Diamond Rotation Test Self Test (ST) Growth Potential: Modular design of hardware and software should allow for incorporation of voltage, current, resistance, and timing measurements that may be required in the future. Contents: The ACPTS shall contain any MDS-specific equipment necessary to perform functions listed as system requirements on aircraft guns and racks as listed in Table 1. These options may change as the effort continues and requirements become more refined. Table 1. F-15F-16A-10 MAU-12BRU-57MAU-40 SUU-20BRU-46MAU-50 LAU-88SUU-20TER-9 LAU-106ATER-9ADual Rail Adapter LAU-117 UmbilicalTER-9A MODLAU-105A LAU-128MAU-12LAU-88 AIM-120 Interface CableLAU-68AA, B/A, LAU-131/A UmbilicalLAU-68AA, B/A, LAU-131/A Umbilical AIM-9 Interface CableLAU-117 UmbilicalLAU-117 Umbilical M61A1 VulcanLAU-118 1/A UmbilicalAIM-9 Interface Cable LAU-118 4/A UmbilicalGAU-8/A Avenger LAU-129 AIM-120 Interface Cable AIM-9 Interface Cable AIM-9X Interface/Mid-Body M61A1 Vulcan 16S210 Objective of OUE is to demonstrate and validate potential interim solutions for recommendation for fielding options within the next 1-3 years. Proposed start date for OUE is 1 Mar 2013. Actual fielding decision is beyond the scope, intent, or authority of this RFI or OUE. Potential for follow-on procurement is dependent on results of tests and availability of funding. The government is looking for a system that offers the best value to the government, not necessarily the lowest procurement cost. Mission effectiveness and safety are key considerations. Interested parties capable of providing a potential replacement for the Armament Circuit Preload Test Set that meets or exceeds the above requirements shall provide a statement of capability (SOC) that demonstrates the existing capability to provide, modify, and sustain the system, along with a description of test set capabilities. A rough order of magnitude (ROM) is requested as part of the RFI and will be used as market research. The SOC shall be unclassified and the information submitted should be pertinent to, and identify, the system capability as related to the technical effort requested. A limit of fifty (50) pages is imposed for the responses, which should be received by close of business 1 March 2013. Testing results are expected to determine the most effective system. Please e-mail all information and SOC to the AATC Contracting Officer, SMSgt Jonathan Wood, at jonathan.wood.1@ang.af.mil. For programmatic questions or technical questions contact Lt Col Sheldon Brown at sheldon.brown@ang.af.mil or Mr. Ken Gavre at kenneth.gavre.ctr@ang.af.mil. This synopsis is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to directly pay for any information or responses submitted as the result of this synopsis. Contracting Office Address: Air National Guard Air Force Reserve Test Center (AATC), Bldg. #10 1600 E. Super Sabre Dr. Tucson AZ 85706 Place of Performance: Air National Guard Air Force Reserve Test Center (AATC), Bldg. #10 1600 E. Super Sabre Dr. Tucson AZ 85706 Point(s) of Contact (POC): SMSgt Jonathan Wood, jonathan.wood.1@ang.af.mil, (520) 295-6938 Test Program POC: Lt Col Sheldon Brown, sheldon.brown@ang.af.mil, (520) 295-6992; Technical POC: Mr. Ken Gavre, kenneth.gavre.ctr@ang.af.mil (520) 295-6273.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02/W912L2-13-RFI-3002/listing.html)
- Place of Performance
- Address: Air National Guard Air Force Reserve Test Center (AATC), Bldg. #10 1600 E. Super Sabre Dr. Tucson AZ
- Zip Code: 85706
- Zip Code: 85706
- Record
- SN02973472-W 20130130/130128234038-a0a8f3c9bf4a3c022297c7f1ac9babd0 (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 |