SOLICITATION NOTICE
H -- QF-16 Radar Cross Section (RCS) Testing in Support of QF-16 RCS Model Verification and Validation
- Notice Date
- 9/10/2014
- Notice Type
- Presolicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/EBYK, 314 Choctawhatchee Ave, Eglin AFB, Florida, 32542, United States
- ZIP Code
- 32542
- Solicitation Number
- FA8678-15-R-0010
- Archive Date
- 10/11/2014
- Point of Contact
- Anthony W. Porter, Phone: (850) 883-3382, Holly A. Deuser, Phone: (850) 883-3376
- E-Mail Address
-
anthony.porter.7@us.af.mil, holly.deuser@us.af.mil
(anthony.porter.7@us.af.mil, holly.deuser@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- General Information Classification Code: H215 Equipment and Materials Testing- Aircraft and Airframe Structural Components Contracting Office Address Department of the Air Force, Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC)/EBYK, 207 West D Avenue, Suite 214, Building 349, Eglin AFB, FL 32542-6853 Description The Air Force Life Cycle Management Center, Testing and Training Division, Aerial Targets Branch, Contracts Office, Eglin AFB FL intends to award a contract modification to Boeing Company, Defense, Space & Security, 6200 J S McDonnell Blvd, St. Louis, MO, 63134-1939 for performance of a Radar Cross Section (RCS) measurement and data collection on a Government furnished flightworthy QF-16 aircraft in support of the QF-16 Full Scale Aerial Target (FSAT) Program. It is anticipated that the contract modification will be awarded in the 2nd quarter of FY15 and have an 8-month period of performance. Boeing Company is the only source able to meet the mandatory time frames and has the unique facility capable of providing all, not just a subset, of the test requirements that includes the utilization of a non-modifiable, airworthy QF-16 aircraft. The Contractor shall be responsible for conducting the RCS measurement at a Contractor-provided test facility. QF-16 RCS testing must yield data suitable for supporting the QF-16 RCS model verification and validation and weapons lethality verification process. Diagnostic analysis is fundamental to the effectiveness of this process and requires the following specific data "quality" or "suitability" features: (1) Repeatability - The test conditions and collection techniques must be capable of being controlled and reproduced. (2) Granularity - RCS measurements shall be made in one-tenth degree increments for azimuth (0 deg - 360 deg), pitch (-50 deg to +50 deg), and roll (0 deg to 90 deg). This all-aspect RCS data shall be collected for four aircraft configurations (with and without mission representative payloads). Discrete frequency (multiple bands) and wide band data supporting high resolution target imagery shall be collected. (3) Accuracy - RCS measurement sources of error must be well understood, documented, and able to be mitigated effectively through precise instrumentation calibration, environment control, and proven data processing techniques. The Contractor shall deliver a test plan and test report. In addition to describing test set-up and pre-test, test, and post-test activities and detailing the data collection sequence, the test plan and report shall: (1) Document the choice and dimensions of calibration targets, and address the planned methods of calibration and associated algorithms for calibration. (2) Document the raw data format for data collection. Sample data files and computer source code for reading binary data file shall be provided prior to conducting large scale measurement testing. (3) Document the raw data format for calibration data files. Sample calibration data files and computer source code for reading calibration data files shall be provided prior to conducting large scale measurement testing. (4) Document the measurement signal processing chain that is used to process the raw signature data into complex phase history data. Source code for processing shall be provided prior on sample test prior to large scale testing. The Government will provide as Government Furnished Property (GFP) a flightworthy Have Glass I, Block 30 QF-16 aircraft with required mission representative payload sets to the Contractor for use as the RCS test article. The airworthiness of this QF-16 must not be compromised as it is an active program asset. No modification to the internal or external structure is permitted. The North American Industry Classification System (NAICS) code for this proposed acquisition is 488190 with a size standard of $32.5 Million. The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. This NOCA neither constitutes a Request for Proposal (RFP) or Invitation for Bid (IFB), nor does it restrict the Government to any specific acquisition approach. This NOCA is for information and planning purposes only and is not to be construed as a commitment to a contract by the Government. Contracting POC is Ms. Holly Deuser at 207 West D Avenue, Suite 214, Building 349, Eglin AFB, FL 32542-6853 or at holly.deuser@us.af.mil. An Ombudsman has been appointed to hear concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program manager or contracting officer but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather to the Contracting point of contact identified above. The Ombudsman is Ms. Jill Willingham, AFLCMC/AQP. She may be contacted at 937-255-5472. All responsible sources may submit a capability statement which shall be considered by the agency. Responses for this effort shall be submitted to Mr. Anthony Porter, Contract Specialist, phone (850) 883-3382, e-mail: anthony.porter.7@us.af.mil, or Ms. Holly Deuser, Contracting Officer, phone (850) 883-3376, e-mail: holly.deuser@us.af.mil no later than 26 September 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2716c249aad052e93a79653840b7e481)
- Place of Performance
- Address: Seattle, Washington, United States
- Record
- SN03504172-W 20140912/140910235004-2716c249aad052e93a79653840b7e481 (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 |