Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2016 FBO #5495
SOURCES SOUGHT

16 -- F-16 Multifunctional Information Distribution System Integration Testing Software - Sources Sought

Notice Date
12/7/2016
 
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, 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
FA8615-17-X-XXXX
 
Archive Date
1/6/2017
 
Point of Contact
Patricia A. Judge, Phone: 9377136997
 
E-Mail Address
patricia.judge@us.af.mil
(patricia.judge@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
F-16 Multifunctional Information Distribution System Integration Testing Software F-16 Multifunctional Information Distribution System Integration Testing Software Sources Sought •1. This is a sources sought only, which, as part of market research, is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e). This is not a solicitation/request for proposal and no contract shall be resultant from this synopsis. There is no solicitation package available at this time. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the AFLCMC. We are still determining the acquisition strategy and if this acquisition is a small business set-aside, FAR 52.219-14, Limitation on Subcontracting applies. 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 whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The AFLCMC F-16 System Program Office is seeking to identify sources that may be capable of providing the following: Description: The F-16 Fighting Falcon is a compact, multi-role fighter aircraft. It is highly maneuverable and has proven itself in air-to-air combat and air-to-surface attack. It provides a high-performance weapon system for the United States and allied nations. The block 40/42/50/52 F-16's employ the Multifunction Information Distribution System (MIDS) Low Volume Terminal (LVT). The MIDS-LVT is a high performance, low cost tactical datalink terminal that can transmit and receive messages across the Link 16 network. As part of a tactical datalink upgrade, the MIDS-Joint Tactical Radio System (JTRS) terminal will be installed in all F-16s by 2023. In order to provide Link 16 system performance measurement, evaluation, real-time system monitoring, troubleshooting, and running system diagnostics during set-up/initialization, the F-16 will require a laptop system configured with software to fully test and integrate the MIDS-JTRS terminal. The software will be used by technicians to integrate MIDS-JTRS in the Software Integration Lab (SIL). The application should be able to interface using F-16's Platform Type I and obtain terminal status, bit results, and view/edit Network Design Facility (NDF) files utilizing the Ethernet support port. Initial integration will require the software to be BC1+ compatible in order to meet the most urgent mission capabilities. Looking forward, the software will need to be fully CMN-4 capable and should be able to handle modernized loadfiles that can contain up to 3900 data words, either upfront or through a future software upgrade. Respondents are advised that they must have current knowledge of the overall MIDS-JTRS and technical data required to perform all associated support efforts for MIDS-JTRS. Sources Sought Synopsis Only: 1. Sources Sought: Cost estimate for upgrade to F-16 MIDS-JTRS software/laptop to meet stated requirements. The Government hereby requests a cost estimate to integrate the MIDS-JTRS terminal software integration application with the F-16 Operational Flight Program (OFP). The following are requirements for the software: a. United States manufacturer with past experience on tactical datalink software development. b. The manufacturer's development and production facilities are located within the United States. c. The manufacturer must meet US DoD security protection requirements. d. Meets Cyber-Security (Information Assurance) requirements. e. Backward compatible with current MIDS-LVT(6), MIDS-JTRS, and F16 M6+/M7+ OFPs. Software will be U.S. Government-maintained by the 309 th Software Maintenance Group (309SMXG) at Hill AFB, Utah. f. Provide cost estimates for U.S. Government software development and integration tools. g. The contractor must have solution that meets the following minimum requirements: - Link 16 system performance measurement, evaluation, real-time system monitoring, troubleshooting, and system diagnostics display during set-up/initialization. h. The manufacturer's technology has sufficient maturity to support an initial need date of 1 March 2017 for the software. 2. Interested parties must submit the Contractor Capability Survey below, along with a Capabilities Document of no more than ten (10) pages total and a maximum of 3 MB, which should be brief and concise, yet clearly demonstrate the ability to meet the stated capabilities. Please include the following details: •a. Scope of similar/same experience •b. Teaming and/or subcontracting arrangements should be clearly delineated •c. Delineate if work was in support of a Government or commercial contract •d. Due to proprietary information, interested parties shall clearly explain how they intend to meet the stated requirements via teaming/subcontracting while maximizing opportunities for small business participation in accordance with FAR Part 19. 3. There is no restriction on who can respond to this SSS; however, if submitting company proprietary Information, please be sure it is clearly marked. To aid the government, please segregate Proprietary Information to the maximum extent possible. All submissions become Government Property and will not be returned. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. 4. Both small and large business should recommend small business utilization percentages as a percent of total contract value to be considered if the acquisition is not set aside for small businesses. This recommendation should include supporting rationale for the recommended percentage. Small and large businesses should also recommend any potential effort(s) that may be broken out of this requirement. 5. Estimate cost, new or modified, required to accomplish the software application described above. 6. I dentify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Marketing materials are considered an insufficient response to this Sources Sought synopsis. CONTRACTOR CAPABILITY SURVEY PART I. BUSINESS INFORMATION Interested parties shall provide the following business information for your company/institution as well as for any teaming or joint venture partners: · Company/Institute Name: · Address: · Point of Contact: · CAGE Code: •· Number of Employees: •· Phone Number: •· E-mail Address: •· Web Page URL: •· Size of business pursuant to NAICS Code 334511, size standard of 750 employees: Based on the above NAICS Code and size standard above, state whether your company is: •· Small Business (Yes / No) •· Woman-Owned Small Business (WOSB) (Yes / No) •· Economically Disadvantaged Women Owned Small Business (Yes / No) •· 8(a) Certified (Yes / No) •· HUBZone Certified (Yes / No) •· Veteran Owned Small Business (Yes / No) •· Service Disabled Veteran Owned Small Business (Yes / No) *NOTE: All prospective contractors must be registered in the 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. Interested parties shall provide a statement as to whether the company is domestically or foreign owned (if foreign, please indicate the country of ownership). All interested parties shall submit one (1) copy of the requested information, via e-mail (maximum of 3 MB) no later than 3:00 PM EDT, 22 December, 2016 to the Contracting Officer, Patricia Judge, at patricia.judge@us.af.mil, All questions and comments must be in writing, no telephone calls will be accepted. PART II. CAPABILITY SURVEY General Capabilities: •1. Briefly describe the capabilities of the company's facility and the nature of the goods and/or services the company can provide. Include a description of the company staff composition and management structure. •2. Describe the company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). •3. Describe the company's capabilities for generating, handling, processing and storing classified material, data, and cryptology capability. •4. Identify any specific requirements that would currently preclude the Respondents' company from being a viable solution to this requirement. •5. Describe the company's proposed contract type and anticipated period of performance as it relates herein. Software/Firmware Development: •1. Describe the company's capabilities and experience in modifying existing systems' software/firmware to incorporate new capabilities. •2. Describe the company's capabilities and experience in developing/modifying software/firmware for aircraft navigation applications. Please include associated development/modification of technical orders and preparation of new technical orders. •3. Describe the company's configuration management processes Proprietary Data •1. Proprietary Information (PI) or Intellectual Property (IP) should be minimized and clearly marked: •a. Segregate PI and IP information to the maximum extent practical. •b. Proprietary Data Protection Agreement should be in place that would permit F-16 program office support contractors to view proprietary information. The following is a list of support contractors who will review the responses. Company Name Phone E-mail Matthew Fox 801-775-4476 matthew.fox.14@us.af.mil William Hagon william.hagon.ctr@us.af.mil Jason Tautfest 801-775-5710 jason.tautfest.1.ctr@us.af.mil Pablo Ramos pablo.ramos.1@us.af.mil •2. The U.S. Government will secure Non-Disclosure Agreements from contractors supporting AFLCMC/WW, F-16 Division as identified above. Interested parties, if unwilling for the U.S. Government to release their proprietary data to support contractors, shall provide a statement detailing their position.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8615-17-X-XXXX/listing.html)
 
Place of Performance
Address: Hill Air Force Base, Ogden, Utah 84056-0000, Ogden, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04346244-W 20161209/161207234658-216342ca07a906581a2cdde25209f959 (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.