SOURCES SOUGHT
58 -- Large Aircraft Infrared Counter Measure System Acquisition Follow-on
- Notice Date
- 12/2/2014
- Notice Type
- Sources Sought
- NAICS
- 334419
— Other Electronic Component 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
- FA8625-15-R-6598
- Archive Date
- 1/1/2015
- Point of Contact
- Donald B Naiman, , Jeff Joseph,
- E-Mail Address
-
donald.naiman.1@us.af.mil, Jeffrey.Joseph@us.af.mil
(donald.naiman.1@us.af.mil, Jeffrey.Joseph@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- I. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 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 Small Business Set-Aside. Production and support of the AN/AAQ-24(V) system is currently provided by Northrop Grumman Systems Corporation under the Large Aircraft Infrared Counter Measure (LAIRCM) Acquisition Follow-on contract, FA8625-12-C-6598. If the Government decides to award a contract for this or related effort, a solicitation or other notice will be published and posted on the FedBizOpps website. There is no solicitation available at this time. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. Requests for solicitation will receive no response. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all business concerns small and large. The Government requests that interested parties respond to this notice if applicable, and identify your business status to the identified NAICS code. Additionally, the responses shall detail: (1) Scope of the experience; (2) Teaming and/or subcontracting arrangements, which should be clearly delineated, indicating previous experience in teaming, particularly with proposed teammates, and (3) Whether it was in support of a Government or commercial contract. Teaming and/or subcontracting arrangements should be clearly delineated. Interested contractors will clearly explain how they intend to meet the stated requirements. Previous experience in teaming must be provided. Interested sources may identify their interest and capability to respond to the requirements. Interested sources must have performed production, integration, system management, system development, support, and maintenance of the AN/AAQ-24(V) variant systems in the past. Interested sources must maintain facilities and cleared personnel for producing, handling, storing, and maintaining information and operating systems with security classifications up to and including Secret. II. PURPOSE: The Aircraft Survivability (WLY) Program Office, Wright-Patterson AFB, OH, has interest and is seeking external sources for production and support of the AN/AAQ-24(V) LAIRCM program with an ordering period from 30 April 2016 through 6 May 2018 with deliveries and performance through 31 December 2022. The first production delivery requirement is twelve (12) months from the date of the ordering under the contract which is anticipated not later than 30 April 2017. The Government contemplates placing approximately two annual primary orders and two secondary orders (placed within 15 business days of the primary orders) during the ordering period. This contract will be predominately Firm-Fixed-Firm (FFP), and will be the primary vehicle used to acquire LAIRCM system equipment production and support including: Line Replaceable Units (LRUs), Shop Replaceable Units (SRUs), consumables, field support, repairs, support equipment, training, aircraft installation tools and support, systems engineering, program management, technical data, test assets, engineering changes to include peculiar user configurations and integration and/or production of evolutionary developments (developed or produced outside the purview of this contract), obsolescence, reliability, availability and maintainability upgrades, integration support, surveys and studies, aircraft modification design, aircraft modification kits, modification installations, and miscellaneous equipment and support to include Interim Contract Support (ICS) for new LRUs and Pre-Production Assets. Some major components of the AN/AAQ-24(V) system are lasers, pointer tracker assemblies, a processor assembly, a control indicator unit (CIU), repeater assemblies and missile warning sensors (MWS). The National Stock Numbers (NSNs) of these components are: Item Nomenclature, NSN: Processor, Countermeasure, 5865-01-505-8473 Missile Warning Sensor (MWS), 5865-01-515-3488 Control, Countermeasures - Control Indicator Unit (CIU), 5865-01-435-9339 Guardian Laser Transmitter Assembly (GLTA), 5868-01-538-4648 Repeater, 5865-01-506-0382 Small Laser Transmitter Assembly (SLTA), 5865-01-535-8659 NexGen 2-Color IR MWS (P/N 001-008087-0006)-USAF, No NSN Currently Assigned NexGen 2-Color IR MWS (P/N 001-008087-0005) - Navy, No NSN Currently Assigned Control, Countermeasures - Control Indicator Unit, Replacement (CIUR), No NSN Currently Assigned Advanced Threat Warning Sensor (ATW), No NSN Currently Assigned Laser System Processor Replacement (LSPR), No NSN Currently Assigned Companies must demonstrate that they have past experience integrating and producing the AN/AAQ-24(V) systems. Interested parties will also identify facilities that will be utilized along with their capability and capacity per year for each NSN. A successful supplier must demonstrate intimate knowledge of the AN/AAQ-24(V) system, including areas such as production, statistical process control data, fault isolation/repair/product acceptance processes, projected parts/materials usage and the necessary special test equipment. A successful supplier is required to warrant that the item will satisfactorily perform when used for the purpose intended by the USAF and USN. Northrop Grumman Systems Corporation is currently the prime contractor for the development, manufacture, modernization and sustainment of the LAIRCM system. The Government does not currently have access to the technical data packages. The Contractor must have the capabilities to access the pertinent technical data for production of LRUS and SRUs, system and subsystem repairs, successfully provide technical support and contract program management, interim supply support, and repair and parts service for the designated LAIRCM LRUs and return to Government (or designated inventory) in serviceable condition that meets or exceeds the manufacturer specification. The Contractor will be required to submit receiving and payment requests through Wide Area Workflow (https://wawf.eb.mil). Please note that the Government has not formalized an acquisition strategy and that the above needs are anticipated requirements that may be changed and in no way obligate the US Government. III. SUBMISSION REQUIREMENT Interested parties are encouraged to participate in this Market Survey for LAIRCM production and support as described in Section II. If you decide to participate, you should provide documentation that supports your company's capability in meeting the anticipated requirements listed in Section II. Please submit two copies of your comments to the Sources Sought Synopsis in an executive format not to exceed 15 (fifteen) pages. If submitted by email, the file may not exceed 5 MB and in MS WordTM or PDF format. If your response includes information you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not include company brochures or other marketing information. The anticipated North American Industry Classification System (NAICS) Code is 334419 and the Size Standard is 500 employees. Please provide the following business information for your company and for any teaming or joint venture partners when submitting: a) Business Information: • Company Name • Statement as to whether your company is domestically-owned or foreign-owned (if foreign owned, indicate the country of ownership) • Business Status (8(a), Small Business, HUBZone, Woman-owned, etc) • Address • CAGE Code • Point of Contact • Phone Number • Email Address • Facility Security Officer Name, Address, Phone Number, and Email address* • Web Page URL • North American Industry Classification System (NAICS) Code *U.S. DoD Security Clearance is a mandatory requirement since parts of the subject program are classified. b) Is your company registered in Central Contractor Registration (CCR)? (Yes / No) c) Is your company registered in the System for Award Management (SAM)? (Yes / No) d) Past Experience - Submit the following data to show your past experience producing, developing, managing, supporting, and repairing the AN/AAQ-24(V) LAIRCM system on prior contracts with the US Government or State Government, similar in complexity to the requirements of Section II: • Contract Number • Brief description of work scope • Period of Performance • Customer Agency • Government POC (Contracting Officer or Program Manager) Contractors are asked to email their Survey responses to the Government Contracting Officer, Jeffrey Joseph (jeffrey.joseph@us.af.mil), no later than 15 days from the posting of this SSS. All contracting questions may be submitted to Capt. Donnie Naiman, (937) 904-6499, (donald.naiman.1@us.af.mil); all technical questions may be submitted to Julia Taylor, (937) 255-9956, (julia.taylor@us.af.mil).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8625-15-R-6598/listing.html)
- Record
- SN03584882-W 20141204/141202234537-dd47ed97bc5c8a6ef9abd9e82d0508d8 (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 |