Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
SOURCES SOUGHT

A -- RFI / SOURCES SOUGHT SYNOPSIS RADAR

Notice Date
7/23/2014
 
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, AFTC/PZZ, 102 W D Ave, Bldg 11, Ste 202, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA2486-14-846TSRADAR
 
Point of Contact
Elesha JC. Gentry, Phone: 575-572-1244
 
E-Mail Address
elesha.gentry@us.af.mil
(elesha.gentry@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 in support of market research being conducted by the Air Force to identify capable potential sources. The 846 Test Squadron (Holloman High Speed Test Track) is conducting market research to identify potential business sources interested in providing the following: Background: The 846TS, Holloman High Speed Test Track operates the world's longest, straightest and fastest test track. Test articles (sleds) are propelled down a 10-mile long track by rockets up to speeds of Mach 10. Typical missions are Egress, dispense, impact and penetrator tests. Need: A need exists to record sled velocity and position information by off-board radar during the test. Currently, up to three, x-band, CW radars are deployed during each tests. While these mobile radars successfully capture velocity information, position information of the sled is also required for the entire test run. Requirements: Information and desired requirements are listed below: 1. Radar capable of tracking an item up to speeds of Mach 10 for a period of 10 minutes 2. Velocity accuracy of approximately 0.01% velocity 3. Positioning accuracy of approximately 10 cm to actual 4. Typical cross-section of sled is O dBsm or greater 5. Typical sled run over track is 4 miles or less (though possible up to 8 miles) 6. Easy to set-up (if mobile) 7. Ability to be wirelessly controlled including an ability to monitor the status of the radar (health) 8. Ability to transmit data post-mission (not real time) 9. Data time-stamped with an accuracy of approximately 100ns to UTC 10. Although majority of the tests are during normal, dry conditions, a small number of tests are conducted during windy/dusty periods or through 1600 feet of simulated rain. Radar would need to be able to track target through this environment. The proposed North American Industry Classification Systems (NAICS) Code is 334511 which has a corresponding Size Standard of 750 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 Small Businesses, Small Disadvantaged Businesses, 8(a), Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, 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. Contractors responding to this RFI should provide information detailing how they plan to meet requirements 1-10 above. To be considered, responses to this RFI shall identify the portions of the requirements the Contractor has capability of completing from within their company (Organic) and which portions, if any, they intend to sub-contract out. Contractor shall provide enough detailed information for the Government to evaluate the contractor's technical approach for capability, sufficiency and completeness. Responses must include the following: name and address of firm, capabilities related to the task areas above, size of business; whether they are large, small, small disadvantaged, 8(a), HUBZone, Service-Disabled Veteran Owned Small Business and/or woman-owned. Please provide a technical point of contact and a contracting point of contact, email addresses, and phone numbers. The page limitation for this submission is twenty (20) pages. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their responses. This synopsis does not constitute a Request for Proposals (RFP), or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Sources Sought request. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. The Government will evaluate the information provided, use it to document our market research and develop the RFP. In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work required by the Government. Point of Contact: Contractors responding to this Sources Sought Synopsis shall submit the above information electronically no later than 4 August 2014, 4:00 PM Mountain Daylight Savings Time to elesha.gentry@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ddf8728a2dad9d9a258f04ec662a50c3)
 
Place of Performance
Address: 846th Test Squadron, (Holloman High Speed Test Track), Holloman AFB, New Mexico, 88330, United States
Zip Code: 88330
 
Record
SN03434991-W 20140725/140723235517-ddf8728a2dad9d9a258f04ec662a50c3 (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.