SOURCES SOUGHT
K -- Change configuration of Government-owned APX-119 transponders from APX-119/RT1861 to APX-119/RT1853D
- Notice Date
- 11/10/2015
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Material Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- 20150911MG
- Point of Contact
- Mike Garner, Phone: 801-775-3801, Chad Galioto, Phone: 801-586-0690
- E-Mail Address
-
michael.garner.9@us.af.mil, chad.galioto@us.af.mil
(michael.garner.9@us.af.mil, chad.galioto@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. 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 Synopsis is to conduct market research to determine if responsible sources exist and to assist in determining if this effort can be considered competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 334220, 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 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned Small Business concerns. The Government requests that interested parties respond to this notice and identify your small business status to the identified NAICS code. Additionally, please provide in your response any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers within 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. This notification is issued for information and planning purposes only and does not constitute a solicitation. Responses will not be returned. In accordance with Federal Acquisition Regulation (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 their response. Not responding to this inquiry will not preclude participation in any future Request for Proposal (RFP), if issued. If a solicitation is released, it will be publicized in accordance with the requirements of the FAR. 2. Program Overview The T-38 Program Office, located at Hill AFB, Utah, is anticipating the award of a contract for integration of a Commercial-Off-The-Shelf (COTS) GPS receiver circuit card into 65 Government-owned APX-119 transponders. The solution shall be fully integrated into the transponder and not require any aftermarket or third-party software or firmware. The modified transponders must be compliant with the Federal Aviation Administration (FAA) Automatic Dependent Surveillance-Broadcast (ADS-B) Out mandate. Furthermore, the modified transponders must be compliant and certified utilizing the following documents. 1. TSO-C166, Extended Squitter Automatic Dependent Surveillance - Broadcast (ADS-B) and Traffic Information Service - Broadcast (TIS-B) Equipment Operating on the Radio Frequency of 1090 Megahertz (MHz) 2. Title 14 Code of Federal Regulations (14 CFR) § 91.227 This Sources Sought Synopsis is intended to provide the Government with an understanding of the technology and resources available within industry to support this effort. Proposed scope of effort: 1. Take possession of approximately 65 APX-119 Transponders and modify them from RT-1861 (P/N 4079100-0513) to RT-1853D (P/N 4079100-0530) a. Integrate an ADS-B compliant GPS receiver circuit card into the Government owned transponders b. Perform the required testing and obtain FAA Type Certification for the modified transponder c. Provide record of testing, test reports and any other documentation supporting Type Certification 2. Provide 65 transponder system control boxes with the P/N 4087561-0502 3. Provide 65 personality modules with the P/N 5088953-0501 4. Provide 65 transponder mounting trays to facilitate mounting the equipment into the T-38A/B aircraft 5. Provide system Built-In-Test (BIT) procedures, quick operational test procedures and full operational test procedures (understanding that aircraft specific functions such as applying aircraft electrical power will be omitted at this time) 3. SCHEDULE This effort is planned to begin in Fiscal Year 2016. 4. GENERAL INFORMATION Interested parties must submit complete printed or electronic response. Please include the following information: A. Company/institution and any teaming or joint venture partners B. Relevant organization contact information, to include address and Point of Contact with telephone number and e-mail address C. Company status (large, small business, 8a, etc) based on NAICS Code 334220 D. Company Cage Code E. A statement as to whether the company is domestically or foreign-owned; if foreign, please indicate the country of ownership F. Answers to the questions identified in Section 5 of this document, in the order indicated below Responses are due no later than 0900 MST Thursday, 10 December 2015. All responses from feasible sources will be fully reviewed. However receipt of responses will not be provided. Interested firms should submit routine communications concerning this potential acquisition to Mike Garner, Contracting Officer, at the contact information above. Please limit your response to no more than 10 single-sided 8 ½ x 11 pages, double-spaced, minimum 12 point font size if providing a printed response or brochure. 5. INFORMATION REQUIRED This Market Research seeks to obtain information regarding industry capability to satisfy the hardware and software development and integration requirements of this program. Questions and Information Requested 1. Provide information on proposed GPS receiver circuit card. 2. Provide your company's capabilities and experience performing similar avionics system or sub-assembly modification work. 3. Provide your company's capabilities and experience in obtaining FAA Type Certification or Supplemental Type Certification. 4. Is your company capable of obtaining the appropriate data rights required to perform this effort? 5. Explain how your company will address software modification. 6. What engineering data and/or drawings are required for your company to develop/integrate the components listed in Section 3 of this document?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/20150911MG/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN03942820-W 20151112/151110234514-fbe9ac553602c8e29a22d53144d658ab (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 |