SOURCES SOUGHT
16 -- F-15 Radar Contract
- Notice Date
- 1/31/2013
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8634-13-R-2651
- Archive Date
- 1/31/2014
- Point of Contact
- Kristin Thompson, Phone: (937) 904-6692, Lewis Reed, Phone: (937) 904-6674
- E-Mail Address
-
kristin.thompson.1@us.af.mil, lewis.reed@us.af.mil
(kristin.thompson.1@us.af.mil, lewis.reed@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation. The purpose is to improve the Government's understanding of the current marketplace and to identify capable sources which can provide, without Government funded modification, continued integration and installation of the radar components discussed below. The United States Air Force (USAF), through the Air Force Life Cycle Management Center (AFLCMC), has contracted with the Boeing Company to upgrade the F-15C/D aircraft radar to the APG-63(V)3 configuration and the F-15E aircraft radar to an APG-82(V)1 configuration. The USAF is planning a sole-source IDIQ contract for the continued integration, purchase, and installation of the radars. If a contractor believes they can provide, integrate, and install the radars with no degradation to the F-15 weapon system level performance, they should respond to this Sources Sought Synopsis. Beginning in FY14 the anticipated APG-82(V)1 quantity is 193 units over the next eight years. Additionally, the anticipated APG-63(V)3 quantity is 50 units in F-15C/Ds over the next three to four years. The contractor will be responsible for obtaining access to all necessary F-15C/D and F-15E technical data and expertise needed to integrate and install radars meeting software, technical, functional, interface, power, cooling, reliability, qualification, and acceptance requirements. Interested sources must provide specific details on how required technical data and expertise will be obtained. The F-15 Program Office is surveying the market to determine if any sources are qualified to perform all of the aforementioned requirements for this contract. Qualified sources must have an in-depth knowledge of the F-15 radar design and have the existing capability to perform all of the stated requirements commencing Oct 2014. Capabilities Package The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. The package shall include the following information: a. Name of Company b. Address c. Point of Contact (to include phone number and email address) d. Recent, relevant experience in all areas should be provided. e. Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. f. Interested sources must have in place the ability to receive, generate, and store classified materials, as well as suitable facilities, tools, equipment, and personnel to accomplish this effort. g. Firms responding to this announcement should indicate whether they are a large business, small business, Small Disadvantaged Business (SDB), Women-Owned Small Business (WOSB), 8(a) certified business, Service-Disabled Veteran-Owned Small Business (SDVOSB), or Historically Underutilized Business (HUBZone). h. Company size and CAGE code i. Is your company domestically or foreign owned (if foreign, please indicate the country of ownership). The National American Industry Classification System (NAICS) code for this action is 336411, Aircraft Manufacturing: Aircraft Conversions (i.e., major modifications to systems), size standard 1,500 employees. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Respondents should also state whether they are interested in being a prime contractor for this requirement or a subcontractor. If interested in subcontracting, please state your data in regards to items a-d and f-i of the Capabilities package. This is an INDUSTRY NOTIFICATION and is for INFORMATION PURPOSES ONLY. This is NOT A SOLICITATION. In accordance with FAR 15.201, this announcement shall not be construed as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited. All submissions are requested to be made electronically by 4 pm EST on 04 March 2013 and sent to the F-15 Program Office, Attn: Kristin Thompson, email: Kristin.Thompson.1@us.af.mil. The Government reserves the right to contact the submitting parties as required, for further clarification on material provided. In addition, the Government will use its assessment of the information and other research to determine which sources appear qualified to perform the work required by the Government. Respondents will not be notified of the results of the assessment.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8634-13-R-2651/listing.html)
- Place of Performance
- Address: AFLCMC/WWQK, F-15 Division, Area B, BLDG 553, 2725 C Street, Wright-Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02977246-W 20130202/130131234924-dd9bc4c0c9b96550c46076896b83db0e (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 |