SOURCES SOUGHT
15 -- F-16 Cockpit Communication Control Panel Organizer (C3PO)
- Notice Date
- 3/9/2020 8:31:59 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8615 AFLCMC WWM WRIGHT PATTERSON AFB OH 45433-7424 USA
- ZIP Code
- 45433-7424
- Solicitation Number
- F16C3PO
- Response Due
- 3/27/2020 1:00:00 PM
- Archive Date
- 04/11/2020
- Point of Contact
- Jason Pickart, Phone: 937-713-7274, Capt Deanna Kerkhoff, Phone: 937-713-2456
- E-Mail Address
-
jason.pickart@us.af.mil, deanna.kerkhoff@us.af.mil
(jason.pickart@us.af.mil, deanna.kerkhoff@us.af.mil)
- Description
- This is a sources sought only, which, as part of market research, is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e). This is not a solicitation/request for proposal and no contract shall be resultant from this synopsis. There is no solicitation package available at this time. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the AFLCMC. We are still determining the acquisition strategy and if this acquisition is a small business set-aside, FAR� 52.219-14, Limitation on Subcontracting applies.� Note that, if there is sufficient demonstrated interested and capability among small business contractors, a key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting.� If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc.� If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.� Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The AFLCMC F-16 System Program Office is seeking to identify sources that may be capable of providing the following: Description: The F-16 has continually growing avionics needs and requirements.� The Government has acquired the ACM9454V via contract action to serve as an F-16 Cockpit Control Panel Organizer (C3PO) to function as backup control head for communications and organize the aircraft avionics controls.� The C3PO is required to command and control onboard radio/transponder receiver/transmitters, provide discrete or analog control of components, and display status of such systems.� The C3PO will replace obsolete control panels and provide improved capabilities for cyber security, data display, and future growth.� The purpose of this sources sought is to identify vendors that are capable of providing support and future development for the ACM9454V/C3PO. Sources Sought Synopsis Only: The contractor shall: Provide software/firmware development to meet future growth capabilities and requirements. Work with the Government and other vendors as required to integrate the C3PO and other communication and avionics software on the F-16 aircraft.� Provide test assets/integration support to facilitate F-16 OFP development such that the C3PO is efficiently integrated. Provide a software development kit, which enables the F-16 program office to make software changes as needed. Conduct environmental and airworthiness qualification testing as necessary. Provide a comprehensive operations manual. Provide technical and source data as necessary to: Revise applicable technical orders, flight manuals, and drawings. Revise applicable aircrew and maintenance training. Upgrade applicable aircrew and maintenance training devices as required. Upgrade applicable support equipment as required. Develop Integrated Test Stand (ITS) capability. Provide Interim Contractor Support (ICS) for C3PO screening, testing, and repair for up to four years. Assist the Government in standing up organic capability to screen, test, develop and repair C3POs. Provide protective equipment to prevent damage to the C3PO to include screen protectors, -21 equipment, and/or special packing instructions. Have met the following requirements: Integrated the ACM9454V over Ethernet, MIL-STD 1553B and RS-485 with F-16 Software Capability Upgrade (SCU-10) Operational Flight Program Suite, and tested in a lab and operational test environment. Demonstrated the ACM9454Vs ability to control ARC-210 1851A, 1990A, and 2036(c) radios to include VHF/UHF Line of Sight (LOS), Secure line of Sight (SLOS), Beyond Line of Sight (BLOS); to include Integrated Waveform (IW), DAMA and Dedicated Modes; HAVEQUICK I and II, SATURN (Second Generation Anti-Jam Tactical UHF Radio for NATO) and have tested in a lab and operational test environment. Demonstrated the ACM9454Vs ability to control IFF transponders APX-113 and APX-125; modes 1, 2, 3A, C, and 4 and have tested in a lab and operational test environment. Be able to provide test reports and contact information for any Government agency used to demonstrate the previously mentioned requirements. Have unrestricted access and rights to the ACM9454Vs source code and technical data to support the effort. Interested parties must submit the Contractor Capability Survey below, along with a Capabilities Document of no more than ten (10) pages total and a maximum of 3 MB, which should be brief and concise, yet clearly demonstrate the ability to meet the stated capabilities.� There is no restriction on who can respond to this SSS; however, if submitting company proprietary Information, please be sure it is clearly marked. To aid the government, please segregate Proprietary Information to the maximum extent possible. All submissions become Government Property and will not be returned. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. Both small and large business should recommend small business utilization percentages as a percent of total contract value to be considered if the acquisition is not set aside for small businesses.� This recommendation should include supporting rationale for the recommended percentage.� Small and large businesses should also recommend any potential effort(s) that may be broken out of this requirement. Estimate the SLOC, new or modified, required to accomplish the modification described above. Identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Marketing materials are considered an insufficient response to this Sources Sought synopsis.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ce632d92259342c487044d644b5392f1/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05583688-F 20200311/200309230159 (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 |