SOURCES SOUGHT
16 -- REQUEST FOR INFORMATION - AFLCMC/WINI White Paper Template
- Notice Date
- 3/12/2014
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/WN - WPAFB, 2300 D Street, Wright-Patterson AFB, Ohio, 45433, United States
- ZIP Code
- 45433
- Solicitation Number
- FA8620-14-R-4010
- Point of Contact
- Mark J. Garrette,
- E-Mail Address
-
mark.garrette.2@us.af.mil
(mark.garrette.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- AFLCMC/WINI White Paper Template REQUEST FOR INFORMATION INTRODUCTION The Air Force Life Cycle Management Center (AFLCMC), Intelligence, Surveillance, and Reconnaissance (ISR) Sensors Foreign Military Sales (AFLCMC/WINI) is conducting market research to identify, as potential sources, companies who may possess the expertise, capabilities and experience to respond to the requirements listed in this document. Historically, this acquisition has been awarded as a sole source contract. However, AFLCMC is issuing this Request for Information (RFI) to explore cost effective and non-developmental solutions which can provide and maintain a multi-use Electro-Optical (EO)/Infrared (IR) target acquisition and tracking system for use by International customers. This RFI is issued pursuant to FAR Part 15.201(e). The United States Government does not presently intend to award a contract but desires information regarding price, delivery, other market information or capabilities for planning purposes. Written follow-up questions may be asked of responders for clarification, but this will not indicate a selection or preference. CAUTION: This is not a commitment to fund any effort submitted in response to this request. Respondents are placed on notice that participation does NOT guarantee participation in future solicitations or contract awards. AFLCMC is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this RFI will be at the responding party's expense. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a guarantee to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Small Businesses are encouraged to provide responses to this RFI in order to assist AFLCMC in determining potential levels of capability and competition available in the industry, as well as helping to establish a basis for developing any subsequent potential subcontract plan goal percentages. It is the responsibility of the interested parties to monitor the FedBizOpps site for additional information pertaining to this RFI. OBJECTIVE The International Support Branch of AFLCMC ISR SENSORS and FMS Division is exploring the market for qualified non-developmental sources that can provide and maintain a multi-use IR, EO target acquisition and tracking system for use by International customers. This Intelligence, Surveillance, and Reconnaissance (ISR) system will consist of a collection of IR and EO sensors, signal processing, software, and control and display equipment integrated into a host aircraft. This system shall be already ITAR compliant and already covered by necessary agreements. The contractor shall be required to provide the ISR payload, Ground System Network Interface, Integration of the payload onto the host aircraft, and Training/Logistics support through deployment and support field operations The Government desires a system that is capable of supporting the following operating roles: · Mission target support - Intelligence gathering and surveillance support; damage assessment; On-call tasking; and Tactical Reconnaissance under tactical control. · Peacetime surveillance mission - A large area search capability is required in all weather and conditions. The system shall be able to capture large images or over flight in automatic, programmable and manual modes · The principal 'targets' may include single or groups of people and/or vehicles, military formations, storage areas, military-industrial complexes, and small point targets at range. · An operating environment up to 60,000ft. Normal tactical operations (approximately 80% to 90%) of tasked sorties will be conducted at 30,000ft to 45,000ft, but also capable of operating at altitudes as low as 5,000ft (for over flight), and as high as 60,000ft for exceptionally long-range acquisition. · Operating speeds: Maximum ground speed of 650kts. (Mach 0.96 into edge of transonic heat range for IR, supersonic for EO). · The system shall include a high speed data link supporting real-time air-to-ground, ground-to-ground transmission of captured reconnaissance imagery, and an uplink 'command' capability. · Down and Up data link options are required - Down load of raw imagery- simultaneous EO/IR - Bandwidth 137MB/sec and 274 MB/sec when released - 200nm line of sight with aircraft at 40,000ft. · Download of selected high resolution- Imagery: - Bandwidth 137 MB/sec and 274 MB/sec when released - 200nm line of sight with aircraft at 40,000ft. · The system shall include downlink from the aircraft to Ground Data Link Stations or Terminals and ground-to-ground data links in two options; encrypted and non-encrypted · System MTBF, including ground station 250 Hours · System MTTR, including Ground Station 2.5 Hours · The Host Aircraft shall be a military non-development platform potentially compatible with the following capabilities: o Day-Night All-Weather Operations o Altitude GL to 60,000ft o Loiter on station time 6 hours o Availability 95% o 100 hrs month sortie rate Information received as a result of this notice will be considered solely for the purpose of determining the appropriate acquisition decision for the procurement. A determination by the Air Force not to open the requirement to open competition, based on response to this notice, is solely within the discretion of the Air Force. This notice does not constitute a solicitation for offers. INSTRUCTIONS AFCLMC/WINI invites industry to submit unclassified White Papers on their products at any time on or before 11 April 2014. Guidance on the suggested White Paper format is attached. Please ensure all appropriate security procedures and policies are followed when responding to this RFI. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. All information received in response to this RFI that is properly marked as "proprietary" will be handled accordingly. Proprietary information must be clearly marked on the outside container and on the materials inside. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. ADDITIONAL INFORMATION Responses shall include the following information which is not counted against the 10 page response limit: 1. Company/Institute name 2. Address 3. Point of Contact 4. Cage Code 5. DUNS Number 6. Phone Number 7. E-mail Address 8. Web page URL 9. Size of business pursuant to North American Industry Classification System (NAICS) Code 334511, size standard 750 employees. Please indicate number of employees relative to the aforementioned size standard. Based on the NAICS Code, state whether your company qualifies as a: a. Small Business (Yes/No) b. Woman Owned Small Business (Yes/No) c. Small Disadvantaged Business (Yes/No) d. 8(a) Certified (Yes/No) e. HUB Zone Certified (Yes/No) f. Veteran Owned Small Business (Yes/No) g. Service Disabled Small Business (Yes/No) h. Economically Disadvantaged Women-Owned Small Business (Yes/No) 10. Registered in the System for Award Management (SAM) (Yes/No) 11. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership). Please submit responses electronically to each of the three points of contact stated below. The submitted files shall not exceed 5MB: 1. Mr. Mark Garrette mark.garrette.2@us.af.mil 2. Mr. Richard Chaltry richard.chaltry.1@us.af.mil 3. Mr Johnn Luu johnn.luu@us.af.mil This is NOT a Request for Proposal. Submitting capabilities and concepts in response to this announcement is voluntary and participants shall not be compensated. Attachments: White Paper Template
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HSGYASK/FA8620-14-R-4010/listing.html)
- Place of Performance
- Address: US Air Force Life Cycle Management Center, ISR Sensors Foreign Military Sales, Wright-Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN03308355-W 20140314/140312234512-03b681faf5b6c22735b00cfac51b0ced (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 |