Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2018 FBO #5913
SOLICITATION NOTICE

63 -- Passive Line of Detection Capability COTS

Notice Date
1/29/2018
 
Notice Type
Presolicitation
 
NAICS
334290 — Other Communications Equipment 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
PLODRFI01
 
Archive Date
3/14/2018
 
Point of Contact
Sharley A. Robertson, Phone: 781225-6768, Michael Tester, Capt, Phone: 781-225-4788
 
E-Mail Address
sharley.robertson@us.af.mil, michael.tester.2@us.af.mil
(sharley.robertson@us.af.mil, michael.tester.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS NOTICE IS NOT A REQUEST FOR PROPOSAL: This notice is for information and planning purposes only. In accordance with Part 10 of the Federal Acquisition Regulation, the Government is conducting market research to determine the availability and adequacy of potential business sources in providing a commercial item that meets the Government's requirements. This Request for Information (RFI) does not constitute a solicitation for bids or proposals and it is not to be construed as a commitment by the Government. The information herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. If a solicitation is released, it will be synopsized on the GSA eBuy website. Proprietary information will be accepted and handled appropriately. Responders should indicate which portions of their responses are proprietary and should mark them accordingly. The Government is not obligated to and will not reimburse the contractor for any costs associated with preparing or submitting a response to this notice and submittals will not be returned to the sender. The Force Protection Division (HBU) of the Air Force Life Cycle Management Center (AFLCMC) (AFLCM/HBU) is located at 3 Eglin Street Hanscom AFB, MA 01731. The Force Protection Division's mission is to Deliver Integrated Force Protection solutions that enable our users to "See First, Understand First and Act First." The Force Protection Branch is soliciting your input. If your product is already on the Force Protection Security Systems AEL List, you do not need to respond to this RFI. AFLCMC/HBU plans to select and qualify commercially available Passive Line of Detection System(s). A Passive Line of Detection System capability will be an enhancement to the assessment capability of Air Force Security Forces. The detailed requirements traceability matrix (RTM) document with, interface and environmental requirements, is available by contacting Sharley Robertson (AFLCMC/HBUK) - see below for contact information. In addition to detailing how the proposed COTS solution does or does not meet all the performance requirements, please provide a response to the following questions: •1) Does the proposed solution meet the provisions of the Buy America Act (BAA) and the Trade Agreement Act (TAA)? •2) What additional equipment would be recommended for the proposed solution to meet the environmental requirements detailed in the performance specification document? •3) Has the proposed solution been used in any U.S. DoD applications? •4) What experience does the company have with military qualification testing? •5) Is the company willing to support installation & test activities at one or both AF test facilities; Teat Area C-3 (TAC-3), Eglin AFB, FL or the Cold Weather Test Site (CWTS), Grand Forks AFB, ND? •6) Is the company willing to modify its product to meet both hardware & software requirements for the Air Force Integrated Base Defense Security System (IDBSS) in the event the proposed solution does not meet all Form, Fit and Function requirements? •7) Is the company willing to notify AFLCMC/HBU of any hardware/software enhancements/changes to the proposed solution for 3 years from the initial qualification test? •8) Is there test data that can be provided to show the proposed solution meets the Air Force IBDSS requirements? •9) Does the company currently have a GSA Contract? •10) What is the unit cost of the proposed solution? PLEASE NOTE: If the product meets the performance criteria, we would like the opportunity to review information about the proposed solution as part of our market research, to include current copies of the manuals and product drawings/cut sheets. We also ask for an explanation (please be specific) in the response regarding how the product meets, or does not meet, each of the stated criteria. This will help the Government to determine if the requirements need to be modified. If the product employs innovative techniques or technologies that are outside the requirements of this RFI, please address them in the response. •1) After receipt of industry responses to this RFI, the Force Protection Branch will convene a Review Panel to select those products that appear suitable (based on the stated performance criteria) for undergoing testing and qualification activities at our dedicated test site. Successful qualification and product testing may then result in the products being added to the Force Protection Security System HQ AF/A7S Approved Equipment List (AEL). •2) If you elect to respond to this RFI please provide a point of contact (POC) within your corporation, your corporation's cage code or DUNS number, your corporation's qualifications and your corporation's size. •3) Responses to this RFI shall be provided to Sharley Robertson contact information listed below) by 1700 EST on 27 FEB 2018. Responses shall be in electronic format (email preferred). •4) All questions regarding this announcement shall be submitted to Sharley Robertson (contact information listed below) via e-mail. A courtesy copy shall be provided to Capt Michael Tester (michael.tester.2 @us.af.mil). •5) Acquisition Information •a) FBO Category: Alarm, Signal; Security Detection Equipment •b) Solicitation Status: Pre-Solicitation •c) Acquisition Type: Systems •d) Acquisition Location: Hanscom •e) Solicitation Number: N/A •f) NAICS Code: 334290; 423410 •g) Dollar Amount: N/A •h) Government Contractor Support: MITRE, ODYSSEY, Oasis CONTRACTING Specialist Sharley Robertson sharley.robertson@us.af.mil (781) 225-6768 PROGRAM MANAGER Capt Michael Tester michael.tester.2 @us.af.mil (781) 225-4788
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/PLODRFI01/listing.html)
 
Place of Performance
Address: Hanscom AFB, Hanscom, Massachusetts, 01731, United States
Zip Code: 01731
 
Record
SN04803261-W 20180131/180129231509-f938d9eddb57cf65d272ca89583a24e3 (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.