SOURCES SOUGHT
58 -- Joint Standard Instrumentation Suite Phase II
- Notice Date
- 3/1/2017
- Notice Type
- Sources Sought
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Arnold Engineering Development Complex (AEDC) - Arnold, 100 Kindel Drive, Suite A-335, Arnold AFB, Tennessee, 37389-1335, United States
- ZIP Code
- 37389-1335
- Solicitation Number
- JSIS_Phase-2
- Point of Contact
- Malisa C. Ford, Phone: 9314544405, Vincent K. Pitts, Phone: 9314545174
- E-Mail Address
-
malisa.ford@us.af.mil, vincent.pitts@us.af.mil
(malisa.ford@us.af.mil, vincent.pitts@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Joint Standard Instrumentation Suite Phase II REQUEST FOR INFORMATION THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Request for Information/Capabilities Request (RFI) is in support of Market Research being conducted by the United States Air Force to identify (1) potential sources and, (2) if this effort can be set aside for Small Businesses. While this RFI is for planning purposes only, responses may be used to justify any near-future competitive or noncompetitive acquisition. Background: Joint Standard Instrumentation Suite (JSIS) is an integrated suite of radiometric, radar, and other instruments used to measure and collect signature, Time Space Position Information (TSPI), and related data during DOD live firing events of Man Portable Air Defense System (MANPADS) missiles and hostile fire munitions. The primary use of JSIS collected data is in support of aircraft survivability equipment / self-protection systems Research, Development, Test and Evaluation. Development of JSIS began in FY2014 and will achieve its Initial Operational Capability in 2017. While this represents a significant advancement in field measurement capabilities for DOD, JSIS IOC will be limited in its ability to measure and collect MANPADS missile attitude data (coverage limited to initial 60 - 75 meters of flyout). The purpose of the request for information (RFI) is market research to support potential further investment to expand JSIS missile attitude measurement and collection capabilities. The applicable North American Industry Classification System (NAICS) Code for this effort is 333314 and the Product Supply Code (PSC) is 5865. Technical: For purposes of this RFI, the overarching needs of the Government for attitude measurement are summarized as follows: 1) Coverage. Typical launch ranges are from 600m to 7km. The Government seeks a solution that can provide coverage for at least the first half of the missile trajectory and ideally the entire event. 2) Accuracy. Current JSIS accuracy is +/- 1.0 degree in pitch and yaw. The Government seeks a solution of at least the same accuracy with a desired accuracy of at least +/- 0.5 degrees, up to +/- 0.1 degrees. Absolute roll position is desired within +/- 5 degrees. Maximum roll rate is 20 Hz, with an accuracy of +/- 2 Hz. 3) Sample rate. The Government seeks a solution of at least 40 samples per second (sps) with a desire of up to 400sps. 4) Operating Environment. The Government has a need to operate this capability during day and night time firing events in remote test ranges with limited on-site infrastructure. 5) Transportability. The Government has a need to deploy and operate a missile attitude capability at remote test ranges both inside and Outside the Continental United States (OCONUS). 6) Technology Readiness Level (TRL). The Government seeks a solution that it is at or above a TRL of 7. 7) Test / Verification Approach. The Government has a need to verify that any potential solution is compliant with functional and performance requirements. Instructions: Respondents must include the following information within their statement of capability packages. Capability packages shall not exceed 10 single-sided pages in length. Capability packages may contain single or double spaced text, but shall not exceed 10 single-sided pages in length. The following information is requested in response to this RFI for interested parties: a. Technical. Provide a brief overview of the technical solution that could be employed to address Government needs and the feasibility to achieve the needs (all 7) with the presented solution. b. Programmatic. Provide high level assessment of Rough Order Magnitude (ROM) cost, basis of estimate, and time required to deliver the presented solution. Assessment of risk to successfully deliver this missile attitude capability is also desired. Will your company be able to execute this program assuming RFP in FY2018Q1? c. Other. It is requested that the response also include the following information: 1. Company Information: - Company name - Address - Point of Contact with email address and telephone number - Federal Cage Code - Data Universal Numbering System (DUNS) and business size pursuant to NAICS - Web page URL - Status as U.S. or Foreign-Owned Entity (if foreign, provide country of ownership) 2. NAICS code(s) under which the company conducts business 3. Company status with respect to executing work at or above classification level of SECRET Collateral and on locations like test ranges with such classification 4. Any data rights (or related) associated with the submitted solution that the Government could anticipate in connection with a potential RFP. Identify any proprietary elements. Are Government purpose rights acceptable? SUBMISSION REQUIREMENTS: Responses are due by 12:00 PM Central Standard Time, 20 March 2017. Responses shall be sent via email to Ms. Malisa Ford: malisa.ford@us.af.mil. Oral communications ARE NOT acceptable in response to this notice. Paper copies of this announcement will not be provided. Any information received will be used solely for the purpose of market research. GOVERNMENT RESPONSIBILITY: This RFI should not be construed as a commitment by the Government for any purpose. This IS NOT a Request for Proposal or an Invitation for Bid and no contract will be awarded from this RFI notice. This notice DOES NOT constitute a procurement commitment by the U.S. Air Force, implied or otherwise. Any information submitted by respondents to this RFI is strictly voluntary and will be used solely for the purpose of market research. Please be advised that all submissions become Government property and will not be returned. All Government and contractor personnel reviewing RFI responses are required to protect sensitive information from unauthorized disclosure of proprietary information as described in 41 USC 423. Official information regarding this acquisition will be provided by the Contracting Officer. Any information received from other sources should not be relied upon. Any information received from industry in response to this RFI will NOT be available to the public. Questions on this notice shall only be submitted via email to the Contract Specialist. Contact Ms. Malisa Ford: malisa.ford@us.af.mil. Please Note: Emails containing large amounts of data (over 4 MB), or file types such as:.zip,.xlsx,.docs, or other macro-enabled extensions, may not be delivered to the intended recipients.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AEDC/JSIS_Phase-2/listing.html)
- Record
- SN04419541-W 20170303/170301235253-e2c4e6a2b7f1627ce7ab1bbd102033a7 (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 |