Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2017 FBO #5824
SOURCES SOUGHT

66 -- Multi-Spectral Test Set - Package #1

Notice Date
11/1/2017
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIE - Eglin, 205 W D Ave, Bldg 350, Ste 414, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA2487-18-R-0014
 
Archive Date
11/17/2017
 
Point of Contact
Abigail M. Raney, Phone: 8508820159
 
E-Mail Address
abigail.raney@us.af.mil
(abigail.raney@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Source Sought Questionnaire Draft Requirements Document SYNOPSIS: The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC) at Eglin AFB is currently conducting market research seeking capabilities statement from all potential, capable sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), and Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of the requirement listed below. To insure maximum return on investment associated with the procurement of a test set capable of testing missile and laser warning systems, the 16 EWS/PM has a pressing need for Operational Infrared Countermeasure (IRCM) Systems testing in support of the COMBAT SHIELD Electronic Warfare Assessment Program. In order to meet end objectives, the acquisition includes projected quantities of eight test sets with three optical channels (one for ultraviolet stimulation and two for laser warning stimulation, all of which must be fully capable of emulating operationally representative IR threat systems. The tester will be used to test various missile warning receivers (MWR) and missile warning systems (MWS), such as the AN/AAR-47, AN/AAR-54, and AN/AAQ-24 on fighter, rescue, and transport aircraft. A DRAFT Requirements Document is included with this notice. It should be noted this document is strictly for acquisition planning purposes and should not be considered a final document for future procurement actions. Required functions for the test include: •· Emulate ultraviolet (UV) and laser (2 channels) threats •· UV programmable features including UV output power as a function of time, selectable time base, and auto-repeat (and delay) function - capable of simulating multiple rounds of hostile fire; and laser programmable functions including program pulse repetition frequency (PRF) for each laser channel •· Laser channel PRFs capable of being updated throughout a test mission at 20 ms intervals •· Test program generator •· An external serial port connector providing Ethernet connection for remote control and external trigger for inputs/outputs •· Broad knowledge base of relevant US Government technology that is fielded or in development, and intimate knowledge of the process in which our acquisition strategy works. Interested vendors shall should submit a response demonstrating their capabilities to meet the requirements above and the attached questionnaire to the POC listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, with a size standard of 750 persons. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14. Foreign participation will not be permitted. Participation is to be restricted to U.S. contractors. Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the questionnaire responses received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program. CAPABILITIES STATEMENT: Interested U.S. vendors should submit a questionnaire response that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The response should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed fifty (50) pages, 8.5" x 11" paper, 12 pitch, Times New Roman font, with a minimum of one (1) inch margins all around. Responses should include the company name, CAGE code, point of contact, address, and phone number. Small businesses with only partial capabilities of this requirement are encouraged to submit their response demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. Responses may be submitted electronically to the following e-mail address: abigail.raney@us.af.mil. All correspondence sent via email shall contain a subject line that reads "FA2487-18-R-0014, Multi-Spectral Test Set." If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc,.docx,.xsls, or.xls documents are attached to your email. All other attachments may be deleted. Package sizes greater than 5 megabytes shall be submitted via the Army's Safe Access File Exchange, located at https://safe.amrdec.army.mil/safe/. All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately. Responses to this sources sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought. Only government employees will review submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished. RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 16 November 2017. Direct all questions concerning this requirement to the POC Lt Abigail Raney, Contract Specialist at abigail.raney@us.af.mil. Alternate POC is Mr. Erik J. Urban, Contracting Officer at erik.urban@us.af.mil. The address of the contracting office is 205 West D Ave, Bldg. 350, Eglin AFB, FL 32542.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/34685f58778db502ca9ce43e7503cc8e)
 
Place of Performance
Address: Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN04729050-W 20171103/171101231236-34685f58778db502ca9ce43e7503cc8e (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.