Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2018 FBO #6026
SOURCES SOUGHT

D -- National and Nuclear Communication Support (N2CS) for the E-4B Aircraft - Sources Sought

Notice Date
5/22/2018
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
FA8106-19-N2CS
 
Archive Date
7/7/2018
 
Point of Contact
Nicholas D. Tapp, Phone: 4057394342
 
E-Mail Address
nicholas.tapp.1@us.af.mil
(nicholas.tapp.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS Capability Survey Sources Sought National and Nuclear Communication Support (N2CS) for the E-4B Aircraft Interested Sources Must Select "Add Me To Interested Vendors" Button Above Or Below To Be Considered Participants In This Market Research Effort By The "Closing Date" In This Notice. There is no solicitation available at this time. Requests for a solicitation will not receive a response. INSTRUCTIONS 1. Below is a document containing a description of the National and Nuclear Communication Support (N2CS) requirement and a Contractor Capability Survey, which allows you to provide your company's capability. 2. If, after reviewing this document, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the Government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. The Government is looking for a response no longer than 15 pages in length on the respondent's capability, to include the Capability Survey. 5. Questions relative to this market survey should be addressed to 1st Lt Nicholas Tapp, E-4B Procurement Contracting Officer, at nicholas.tapp.1@us.af.mil. 6. Responses are due to 1st Lt Nicholas Tapp, at nicholas.tapp.1@us.af.mil no later than 1600 (4 P.M.) CST on 22 June 2018. PURPOSE This Sources Sought Synopsis (SSS) is in support of market research being conducted by the United States Air Force (USAF). This market research is being conducted to determine competition for this requirement by identifying potential sources and to gauge small business interest to determine whether or not this requirement can be satisfied with a Small Business Set-Aside. The Government will use the information gathered through publication of this SSS to determine the best acquisition strategy for this requirement. The Government is interested in all potential sources including Small Businesses, Small Disadvantaged Businesses, 8(a) businesses, Service-Disabled Veteran-Owned Small Businesses, HUBZone Small Businesses, Women-Owned Small Businesses, etc. Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the procurement of the item(s) listed below. Generally, the work to be accomplished includes non-recurring engineering, procurement, testing, preservation, packaging, and installation, delivering this capability to the operational organization. Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, diminishing manufacturing sources and material shortage issues, and shipping serviceable assets for this effort in the future. Potential sources may be responsible for nonrecurring engineering costs associated with becoming an approved source. DESCRIPTION North American Industry Classification System (NAICS) Code: 541330 Engineering Services SBA Size Standard: $38.5 Million, Engineering Services, Military and Aerospace Equipment and Military Weapons Requirement Information: National and Nuclear Communication Support (N2CS) for the E-4B Aircraft PRODUCTION INFORMATION The Government is current searching for interested vendors to sustain and modernize critical capabilities on the E-4B aircraft in support of National and Nuclear Communication Systems (N2CS). This effort is comprised of: • N2CS Software/Hardware Sustainment Support/Upgrade • Mission Support Facilities (MSF) • Support Management Field Service Representatives (FSR) • N2CS systems sustainment support and modernization • N2CS systems and sustainment modification engineering The E-4B is a modern, highly survivable, command, control and communications center to direct U.S. forces to execute emergency war orders and coordinate civil authorities' activities, including national contingency plans. The E-4B has a variety of communication and cryptographic equipment to provide connectivity within the radio spectrum from Very Low Frequency (VLF) to Extremely High Frequency (EHF). Responses to this SSS will be utilized to form an Acquisition Strategy Plan (ASP) for the N2CS reacquisition. Respondents detailed understanding of the complexities and integration challenges to support the E-4B mission set will be used to establish the Government's ASP. It is currently unknown if this action is competitive in nature or if Small Businesses have the understanding of an E-4B system to participate in competition. In order to be considered for this aircraft support contract, respondents shall supply the Government with enough detail of how they would support tasks like Message Processing System (MPS) software sustainment, engineering support, Mission System Technology Refreshes, and Mission System FSR support as well as others listed in the attached draft PWS. ESTIMATED SOLICITATION INFORMATION Estimated Solicitation Date: Early 2019 Estimated Solicitation Closing/Response Date: Early 2019 PR#: TBD CONTRACTOR CAPABILITY SURVEY & TECHNICAL DATA The work specified in this SSS does not have any associated technical data available for distribution at this time. The Government is currently developing a final Performance Work Statement along corresponding data including full list of CDRLs to provide if a future solicitation is issued. NOTE: Potential sources should only submit questions regarding this post to the above email address. DO NOT CONTACT THE ORIGINATOR OF THIS POST WITH QUESTIONS. Disclaimer: This SSS is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Information, Request for Proposal, or Request for Quotation) or a promise to issue a solicitation in the future. The information in this notice is based on current information as of the publication date. The information in this notice is subject to change and is not binding to the Government. If changes are made, updated information will be provided in future notices and will be posted on the Federal Business Opportunities website at www.fbo.gov. Responses to this SSS may or may not be returned. Contractors not responding to this SSS will not be precluded from participation in any future solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8106-19-N2CS/listing.html)
 
Place of Performance
Address: Tinker AFB Oklahoma / Offutt AFB Nebraska / San Antonio Texas, United States
 
Record
SN04930489-W 20180524/180522230837-091401a6abe64046e3399c91fed67b3a (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.