Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2018 FBO #5956
SOLICITATION NOTICE

A -- Unmanned Launch Total Range Application (ULTRA) is a System-of-Systems that will reduce adverse effects of launch delays due to weather. - Unmanned Launch Total Range Application

Notice Date
3/13/2018
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
ULTRA-1
 
Archive Date
5/12/2018
 
Point of Contact
Jeffrey W. Dedrick, Phone: 3106531407, Matthew Arlint, Phone: 3106533458
 
E-Mail Address
Jeffrey.Dedrick@us.af.mil, matthew.arlint.1@us.af.mil
(Jeffrey.Dedrick@us.af.mil, matthew.arlint.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Unmanned Launch Total Range Application Attachment Description/Purpose and Appendix A ULTRA Systems Descriptions/Requirements The National American Industry Classification System (NAICS) Code for this effort is 334511 entitled Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing and the small business size standard is 1,250 employees. This U.S. industry comprises establishments primarily engaged in manufacturing search, detection, navigation, guidance, aeronautical, and nautical systems and instruments. Examples of products made by these establishments are aircraft instruments (except engine), flight recorders, navigational instruments and systems, radar systems and equipment, and sonar systems and equipment. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM. Description: This is a Request for Information (RFI); there is no solicitation available at this time. Requests for solicitation will receive no response. This Request for Information is published for market research purposes only. The Government does not intend to pay for the information solicited. This RFI is conducted to identify potential sources capable of meeting the requirements for the Space and Missile Systems Center (SMC), Range and Network (RN) Division, Unmanned Launch Total Range Application (ULTRA). The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject, in whole or part, any industry input as a result of this announcement. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FedBizOpps website. Need Summary: The goal of ULTRA is to create a System-of-Systems that will enhance and can eventually replace the ground electric field mills, and will significantly improve Lightning Launch Commit Criteria (LLCC) evaluation capabilities. This improved capability will provide relief from existing LLCC and significantly increase launch availability and reduce the adverse effects of launch delays on the aggressive launch tempo expected in the near future. Also, ascent imagery will be improved by the addition of new views, covering aspects of launch vehicles that are currently unobserved during ascent. See Attachment entitled Unmanned Launch Total Range Application Response Classification: Responses should indicate which portions of their response are intellectual property and should mark them accordingly. Respondents shall provide an unclassified response to this Request for Information (RFI). Any classified response will be returned unread. Information should be provided as email attachments as appropriate. In order to review RFI responses, PROPRIETARY information may be given to Federally Funded Research and Development Center (FFRDC) and/or Systems Engineering and Integration (SE&I) contractors working for the Government. Non-government support contractors listed below may be involved in the review of any responses submitted. These may include, but are not limited to: Company Name Address The Aerospace Corporation (FFRDC) PO Box 92957 Los Angeles, CA 90009-2957 ENSCO 360 N. Sepulveda Blvd, STE 1026 El Segundo, CA 90245-4413 Each of these contractors are contractually prohibited from disclosing such information outside the performance of their Government contract. If respondent takes exception to this, respondent must explicitly state so in their response. Statement of Capabilities (SOC) Submission Instructions: Responses to this RFI shall include the following: (a) company name, (b) address, (c ) point of contact (including phone number and email addresses). Respondents shall provide feedback via a SOC in Microsoft Word 2013 or PDF. Page limit is 25 pages. Page size shall be 8.5 x 11. Font size shall be 12 pt. The Government will not accept company literature or marketing materials. Submit an electronic copy of SOC responses in Microsoft Word 2013 or PDF format to the Primary Point of Contact by the Response Due Date. Hard copy responses will not be accepted. Questions: All communications associated with this request shall be submitted via email to the primary and secondary Points of Contact. Set Aside: TBD The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is whether there are two (2) qualified small businesses to perform the effort. Information is being collected from all potential sources at this time. Firms responding to this announcement should indicate whether they are a large business, small business, Small Disadvantaged Business (SDB), Woman-Owned small business (WOSB), 8(a)-Certified Business, Service-Disabled Veteran-Owned small business (SDVOSB), Veteran-Owned small business (VOSB), or Historically Underutilized Business small business (HUBZone).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/ULTRA-1/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04853173-W 20180315/180313231804-3f6093f00ae4326bf35e49b9ad8322a2 (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.