Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2014 FBO #4599
SOURCES SOUGHT

58 -- UMTE MODULATOR SUSTAINMENT - RFI

Notice Date
6/26/2014
 
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 / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8250SS14UMTESUSTAIN
 
Archive Date
8/16/2014
 
Point of Contact
val klemm, Phone: 8015861407
 
E-Mail Address
val.klemm@us.af.mil
(val.klemm@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Modulator Docs Request for Information USAF Control and Reporting Center - AACE Radar Modulators NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. USAF UMTE Design for Radar Modulators; TK-1A Modulator NSN 5840-01-329-4429, Part Number 8811-1340-1; TK-2A Modulator NSN 5840-01-329-4671, Part Number 8811-2340-2; TK-2B Modulator NSN 5840-01-330-3338, Part Number 8811-2740-1; TK-3A Modulator NSN 5840-01-330-3339, Part Number 8811-3340-1; TK-9A Modulator NSN 5840-01-022-2893, Part Number 8819-8340-1 NAICS code 334511 The Government is performing market research to identify budget requirements and sources of design for the UMTE radar transmitter modulators mentioned above. Reference drawings 8811-1340, PL8811-1340, ATD8811-1340, 8811-1342, 8811-2340, PL8811-2340-2, 8811-2342, 8811-2740, PL8811-2740, 8811-2742, 8811-3340-1, PL8811-3340, 8811-3342, 8819-8340, 8819-8342, ATD8819-8340, PL8819-8340. Government objectives and requirements: The designs shall meet the AN/TPT-T1 (V) Unmanned Threat Emitter (UMTE) requirements and shall be Form, Fit, Function and Interface (FFFI) replacements for the legacy modulators. As FFFI replacements, the new modulators shall interface to all existing UMTE systems to provide correct and reliable RF signatures as required by all U.S. training ranges. Upon award of contract, the Government will supply as GFE one or more of the legacy UMTE modulator(s). One prototype shall be built for each of the legacy modulators to be replaced resulting in a total of 5 prototypes. Complete ESS, EMI and field functional acceptance testing shall be completed and reported to the government. Upon completion of the design effort, the designs, prototypes, technical design data, design authority and testing data will become government property. Respondents to this Sources Sought should include a rough order of magnitude (ROM) estimate of costs to create, deliver and test the prototypes and design package along with updated T.O. pages. The government will use this ROM to budget for design of these modulators and will not use it as a negotiating or evaluating position for any responses to a possible follow on request for proposal (RFP). The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 334511 which has a corresponding Size standard of 500 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. To be considered as a potential manufacturer/supplier source for this requirement, a Contractor will be required to submit technical data, in response to a solicitation, verifying their capabilities to produce/supply these items. The Contractor will be required to verify to the Government that the items are within Original Equipment Manufacturer (OEM) specifications. Respondents to this request will be retained in a file and subsequently provided a copy of the Request for Proposal (RFP) when issued. Responding to this request in no manner guarantees a contract will be awarded to the respondent for the manufacture/supply of this item. All information received in response to this announcement that is marked Proprietary will be handled accordingly. Responses will not be returned. In accordance with FAR 15.201(e), a response to this notice is not an offer and cannot be accepted by the government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8250SS14UMTESUSTAIN/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03407849-W 20140628/140626235344-a7834c8718c58e5d1ebfa00d751a4f5d (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.