SOURCES SOUGHT
16 -- F-16 Pilot Activiated Recovery System Switch and NVIS Faceplate
- Notice Date
- 2/6/2020 8:59:06 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8232 AFLCMC WWMK HILL AFB UT 84056 USA
- ZIP Code
- 84056
- Solicitation Number
- FA8232-20-R-3011
- Response Due
- 2/21/2020 1:00:00 PM
- Archive Date
- 03/07/2020
- Point of Contact
- Songkran Walker, Phone: 801-586-9379, Sarah Cole, Phone: 7779333
- E-Mail Address
-
songkran.walker@us.af.mil, sarah.cole.7@us.af.mil
(songkran.walker@us.af.mil, sarah.cole.7@us.af.mil)
- Description
- SOURCES SOUGHT SYNOPSIS:� F-16 PILOT ACTIVATED RECOVERY SYSTEM SWITCH AND NVIS FACEPLATE Solicitation Number:���������������������� ���� Notice Type: FA8232-20-R-3011������������������������������������������� Sources Sought Synopsis: 1.� NOTICE:� This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.1� The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside.� The proposed North American Industry Classification Systems (NAICS) Code is 334511 which has a corresponding Size standard of 1,250 employees.�� The Government will use this information to determine the best acquisition strategy for this procurement.� The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns.� The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code.� Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years.� Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.� 1.2� 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. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements 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. 2.� Program Details:� This requirement is for a replacement of the existing two pole, latch action, Advanced Mode Switch (AMS), C2196-39, used on USAF F-16 Block 40/42/50/52 aircraft to initiate a Pilot Activated Recovery System (PARS) event. �The replacement switch will provide quadruple redundancy with a four pole switch, be labeled �PARS� which shall be constantly illuminated during flight operations. � 2.1 The new PARS switch must meet the following requirements: Same form/fit as the existing AMS (Solderless contacts) Four pole switch (quadruple redundant) Momentary push to activate Incandescent light Dimmable Externally driven light test circuit NVIS Green with a �PARS� legend 2.2� This program will also replace the MISC Panel NVIS Faceplates (C-Model 82-00104-003/D-Model 82-00106.001).� The new NVIS faceplate will update the switch identifying nomenclature from �ADV MODE� to �PARS�. 2.3� The PARS Switch upgrade must not impact existing cockpit lighting or Digital Flight Control functionality.� United States Government (USG) requires a fully qualified PARS Switch for the USAF F-16.� The US Air Force is offering development support and does have technical data/drawings to share with potential offers.� The Government does not have funds for a reverse engineering effort. Offerors must be able to deliver assets within 3 months of contract award.� Maximum quantities are 25 PARS Switches/NVIS faceplates. 3.� Foreign participation is not allowed. 4.� Data packages are available to be provided.� 5.� Please submit your CAGE code when responding to this notice. 6. Questions should be directed to Mr. Michael Evans, telephone: (801) 777-4675, mike.evans@us.af.mil or Mr. Songkran Walker, telephone: (801) 586-9379, email: songkran.walker@us.af.mil or Mrs. Sarah J. Cole Procuring Contract Officer, telephone: (801) 777-7140, email: sarah.cole.7@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/42d9a95814a5424e9028dac5d5743349/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05554080-F 20200208/200206230139 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |