SOURCES SOUGHT
84 -- Aircrew Laser Eye Protection (ALEP) - Sources Sought - Blk 2 ALEP Day Only P Spec 15 Sep 10 - Blk 2 ALEP Night Only Variant P Spec 15 Sept 2010
- Notice Date
- 10/2/2014
- Notice Type
- Sources Sought
- NAICS
- 334413
— Semiconductor and Related Device Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- WNUK-15-001
- Archive Date
- 11/15/2014
- Point of Contact
- Jennifer L. Carse, Phone: 9379383805, Gail Porumb, Phone: 937-938-2604
- E-Mail Address
-
Jennifer.Carse@us.af.mil, gail.porumb@us.af.mil
(Jennifer.Carse@us.af.mil, gail.porumb@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: The Air Force Life Cycle Management Center (AFLCMC) Human Systems Division (AFLCMC/WNU), Wright Patterson Air Force Base is conducting market research to identify companies that may possess the capabilities and experience to competently and competitively respond to requirements for Aircrew Laser Eye Protection (ALEP) for the United States Air Force. Written responses to this synopsis shall contain sufficient documentation to establish a genuine capability to fulfill this requirement. The intent of this notice is not a request for competitive proposals. 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 full and 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. This is not a request for proposals, and the Government will not pay for information received. Companies may be contacted if we need further information to fully understand the marketplace. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor the FedBizOpps (FBO) site for additional information pertaining to this Sources Sought. Any information provided in response to this RFI will be used for informational purposes only and will not be returned. Note that, if there is sufficient demonstrated interested and capability among small business contractors, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please 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 what type of businesses will be used for subcontracting (other than small business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone). Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Note that, if this effort is not set-aside for small business, small business utilization will be considered. Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. Any information submitted by respondents to this Sources Sought is strictly voluntary. This Sources Sought does not constitute a Request For Proposal or an Invitation for Bid. Sources Sought issuance does not restrict the Government's 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 this Sources Sought. Performance Requirements: The objective of the Aircrew Laser Eye Protection (ALEP) Block 2 program is to manufacture, field, and sustain a laser eye protection system for aircrew members. Block 2 ALEP provides protection against laser devices/systems in combat and training situations while minimizing visual acuity degradation and is compatible with current Aircrew Flight Equipment (AFE). Block 2 is highly specialized equipment in that it incorporates state-of-the-art filter and dye technologies. The Block 2 system must provide laser protection as well as visual performance for day and night operations and also be compatible with the Night Vision Goggles (NVG), Scorpion Helmet Mounted Integrated Targeting system (HMIT), and Joint Service Aircrew Mask (JSAM) systems. The Block 2 system shall not consist of more than a day and night variant, shall not include specialized test/maintenance equipment, and shall not require an increase in manpower for maintenance/sustainment. The Air Force is looking to identify firms with the capabilities to build and deliver 11,805 Block 2 ALEP production units. This effort shall include all management and technical support, quality assurance, planning, material and production support, and facilities for this production. Block 2 performance specifications are classified and requests must be submitted to the contracting officer along with evidence of the required facility and personnel security clearances at or above the secret level. The effort will be production ready only; no developmental efforts will be considered. Product needs to be delivery ready by October 2015. Please provide a rough order of magnitude (ROM)/published price list, delivery timeframes, and capability statements. Vendor/Manufacturer Qualification Requirements: Due to the complexity and criticality of this requirement, only manufactures that have successfully completed all testing required by the government for the spectacle can be considered approved sources for this item. The vendor's LEP device shall satisfy and meet all thresholds contained in the ALEP Block 2 performance specifications which include laser protection, optical qualities, visual performance, durability, and environmental requirements. The vendor shall provide test data that demonstrates physical compatibility with the aircrew population for frame compatibility (form/fit/function) with flight equipment (helmet/oxygen mask/headsets/visors/etc), NVG, HMIT, and JSAM. The vendor shall provide test data that verifies visual compatibility for in-cockpit and out-of-cockpit environments (including displays and emergency/warning lights) for the United States Air Force (USAF) transport, fighter, and rotary wing aircraft. The vendor shall provide results of ground evaluations to verify the maintenance concept, fitting procedures, in-cockpit pre-flight checks, and aircrew acceptance. The vendor shall provide results of operations test with a variety of USAF transport, fighter, and rotary wing aircraft. The vendor shall provide results of flight evaluations to verify operational safety, suitability, and effectiveness with USAF transport, fighter, and rotary wing aircraft. The vendor shall provide manufacturing assessment results in the form of yield/scrap rates for the production processes to demonstrate an affordable, robust, and viable manufacturing capability. Please provide a rough order of magnitude (ROM)/published price list along with capability statements for aircrew laser eye protection as a complete unit or as separate components. The manufacturer must be able to produce the spectacles without additional technical data from the government. Additional Information: Attached is a document containing further information. In order to be considered as a source and access the attached performance specification document, vendors (to include teaming arrangements and subcontractors) must be certified as an "Authorized Vendor - Export Controlled" via the Defense Logistics Information Service (DLIS) Joint Certification Program. The Authorized Vendor access level requires that the company be certified to receive unclassified technical data disclosing military critical technology with military or space application. Those that are certified to receive export controlled materials are termed "authorized vendors." The DLIS system receives a daily feed of authorized vendors, which determines access based on a vendor's CAGE code/MPIN. To access the attached performance specification document, you must be logged into FedBizOpps and you must be registered through DLIS. Logging into FedBizOpps can be accomplished through the green "Vendors/Citizens" field at https://www.fbo.gov. DLIS certification requires the completion of DD Form 2345 (see http://www.dlis.dla.mil/jcp). If you remain unable to access the document after logging into FedBizOpps with a DLIS-registered vendor account, please contact the Federal Service Desk, which is accessible from the FedBizOpps homepage ("For Help: Federal Service Desk"). Responses shall include the following information: 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. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM. The North American Industry Classification System (NAICS) Code for this action is 334413, size standard 500 employees. 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) i. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership). j. Provide prospective small business utilization percentages (if the acquisition is not set- aside for small business) 10. Manufacturing Processes to include subcomponents and subcontractors 11. Manufacturing lead time and production quantities 12. Are you willing to provide data rights? If so, at what level? Sources Sought Responses: 1. Please submit all responses related to this notice, in writing, via email to jennifer.carse@us.af.mil and gail.porumb@us.af.mil by 12:00 PM (EST), October 31, 2014. Title e-mail responses in the subject line of the e-mail as follows: "Response to Aircrew Laser Eye Protection (ALEP) Sources Sought # WNUK-15-001. 2. Please limit your responses to no more than 15 pages excluding attachments such as, but not limited to, user manuals and test data; and, identify a representative to support further Government inquiries and requests for clarification of the information provided. Marketing materials are considered an insufficient response to this Sources Sought. 3. Verbal questions will NOT be accepted. All questions will be answered via posting answers to this FBO website; except as provided above. Additionally, questions must NOT contain trade secrets or classified information. The Government reserves the right to not address questions received after 17 October 2014. 4. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. All information received in response to this Sources Sought 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. 5. The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business set-aside, or a sole source acquisition. Contracting Office Address: Bldg. 12 1981 Monahan Way Wright-Patterson AFB, Ohio 45433 United States Primary Point of Contact: Jennifer Carse Contract Specialist jennifer.carse@us.af.mil Phone: 937-938-3805 Secondary Point of Contact: Gail Porumb Contracting Officer gail.porumb@us.af.mil Phone: 937-938-2604
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/WNUK-15-001/listing.html)
- Record
- SN03540754-W 20141004/141002234723-1d40255bd6e464d181bea9d86eec1781 (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 |