Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2020 SAM #6742
SOURCES SOUGHT

J -- Sources Sought for C-21 Beyond Line of Sight Communications

Notice Date
5/13/2020 12:57:08 PM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
FA8134 AFLCMC WLK TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FA813420Q0002
 
Response Due
5/20/2020 2:00:00 PM
 
Archive Date
06/30/2020
 
Point of Contact
Matthew Tonay
 
E-Mail Address
matthew.tonay.1@us.af.mil
(matthew.tonay.1@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Sources Sought for the C-21 Beyond Line of Sight Communications. This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, resources and experience to meet the requirements for Beyond Line of Sight for the C-21. Subject:� Sources Sought for�C-21 Beyond Line of Sight Communications Type of acquisition:� Service Application:� C-21 aircraft Proposed Solicitation Number: FA8134-20-Q-0002 Estimated Request for Quote (RFQ) issue date: May 2020 Estimated RFP proposal due date: May 2020 Contact Point or Contracting Officer: Matthew Tonay (matthew.tonay.1@us.af.mil) Contract Award Number: �TBD Contract Line Item Number: Various Contract Award Date: Estimated award June 2020 Product Service Code:� J016 NAICS:� 488190, Size Standard, $35M INSTRUCTIONS: Below is a brief description of the Beyond Line of Sight Communications requirements being sought and a contractor compatibility survey.� If, after reviewing this document, you desire to participate in the market research, provide documentation that supports your company�s capability in meeting these requirements.� Failure to provide documentation may result in the U.S. Government being unable to adequately assess your capabilities.� If you lack sufficient experience/capability in a particular area, please provide details explaining how you would overcome the lack of experience/capability in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.).� Additionally, please state in your submittal if you intend to submit as the prime contractor or as a subcontractor (identify the prime contractor with whom you will be a subcontractor) Small businesses pursuant to the size status for NAICS code 488190, are encouraged to participate in this market research.�� Questions and responses relative to this market survey should be addressed to Matthew Tonay Email: matthew.tonay.1@us.af.mil. All responses must be in writing via Email; no telephone calls or facsimile will be accepted for responses.� All responses must be received no later than 1600 Central Time Zone, 20 May 2020.� Contractors not responding to this Sources Sought Synopsis will not be precluded from participation in any future solicitation, if issued. Description:� The U.S. Air Force C-21 Avionics Upgrade Program provided SATCOM communications over iridium for datalink communications. The existing iridium transceiver also includes capability for iridium voice communications. The Beyond Line of Sight (BLOS) modification is intended to leverage the capability of the existing iridium transceiver to obtain iridium voice communications at two stations with the C-21. One handset will be installed in the flightdeck and one additional handset in the cabin. The user will have the ability to directly dial into the public telephone network. The Contractor will design, install, functionally test and provide technical data to support sustainment of the system. The C-21 BLOS will require in depth knowledge of the C-21 Lear -35A aircraft. As such the contractor shall have access to the Original Equipment Manufacturer (OEM) drawings, specification, plans, Bills of Material and other such information regarding the aircraft. The Contractor shall leverage all existing FAA-approved STCs or Technical Standard Order Authorizations to the maximum extent possible. All equipment installed shall meet RTCA DO-160, Environmental Conditions and Test Procedures for Airborne Equipment, standards. All software shall meet the guidelines specified in DO-178, Software Considerations in Airborne Systems and Equipment Certification.�� The C-21 fleet consists of nineteen (19) Learjet Model 35A aircraft. The primary mission of the C-21 aircraft is to provide transportation of United States Government personnel, cargo, and other personnel worldwide. Secondary missions identified for the C-21 aircraft include USAF pilot training/upgrade and medical evacuation, with the exception of aircraft stationed at Ramstein Air Base (AB), GE, whose primary mission is medical evacuation. The C-21's have two (2) Garrett TFE- 731-2-2B turbofan engines that are pod-mounted on the sides of the rear fuselage with a maximum takeoff weight of 18,300 pounds. The swept-back wings have hydraulically actuated single-slotted flaps. The aircraft has a retractable tricycle landing gear, single steerable nose gear and multiple-disc hydraulic brakes. The C-21 is piloted by a two (2) person crew (pilot and co-pilot); can carry eight (8) passengers, and forty two (42) cubic feet (1.26 cubic meters) of cargo. The fuel capacity of the C-21 is 931 gallons (3,537.8 liters) carried in wing tanks, wingtip tanks, and a fuselage bladder tank. The safety and operational capabilities of the C-21 are increased by the autopilot, color weather radar and Tactical Air Navigation system, as well as High Frequency, Very High Frequency and Ultra High Frequency radios. Place of Contract Performance: Contractors facility Duration of the contract period: 1 year Technical Data:� Equipment and technical data generated or delivered under this contract may be controlled by the International Traffic in Arms Regulation (ITAR), 22 CFR Chapter 1, Subchapter M parts 120-130.� An export license may be required before assigning any foreign source to perform work under this contract or before granting access to foreign persons to any equipment and technical data generated or delivered during performance (see 22 CFR Chapter 1, Section 125).� National Interest Determinations will not be processed for this solicitation or contract award for a prime or any subcontractors.� The solicitation will contain the following clauses DFAR 252.209-7001 Disclosure of Ownership or control by the Government of a Terrorist Country, DFAR 252.209-7002 Disclosure of Ownership or Control by a Foreign Government, and DFAR 252.204-7008 Export-Controlled Items. Service Contract Act:� The Service Contract Act applies to this requirement.� Request all potential offerors submit their places of performance so that wage determinations can be requested and posted.� Submit all places of performance to include Prime vendor name, CAGE code, place of performance address, city, state, and county to the PCO, Matthew Tonay, via email at matthew.tonay@us.af.mil.� � Other Information: Foreign Participation:� Foreign participation is not authorized Note:� The government may not have complete and adequate data, special materials, facilities, tooling, or test equipment which may be required in the performance of the contract.� This will be a performance based contract where the contractor is required to supply all data, special materials, facilities, tooling, parts, test equipment, etc. to perform the requirements of the Statement of Work. CONTRACTOR SURVEY Please provide the following business information for your company/institution: �Company/Institute Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: Size of business pursuant to North American Industry Classification System (NAICS) Code: 488190 �� Based on the above NAIC Code, state whether your company is: �Small Business���������������������������������������������������������������������������������� (Yes/No) Woman Owned Small Business��������������������������������������������������������� (Yes/No) Small disadvantaged Business����������������������������������������������������������� (Yes/No) Economically Disadvantaged Woman-Owned Small Business�������� (Yes/No) 8(a) Certified������������������������������������������������������������������������������������� (Yes/No) HUBZone Certified��������������������������������������������������������������������������� (Yes/No) Veteran Owned Small Business��������������������������������������������������������� (Yes/No) Service Disabled Veteran Small Business����������������������������������������� (Yes/No) System for Award Management Registration (formerly CCR) registered?��������������������������������������������������������������������������������������������������������������������������� (Yes/No) �A statement as to whether your company is domestically owned or foreign owned or foreign controlled (if foreign, please indicate the country of ownership). A statement why your company is capable to complete C-21 Beyond Line of Sight Communications. A statement if your company will need to complete non-recurring engineering to complete C-21 Beyond Line of Sight Communications After the Government reviews all submissions, there may be additional need for further follow-on questions.� If so, the Government will post additional inquiries on beta.sam.gov. The Government does not intend to award a contract on the basis of this request, or to otherwise pay for the information requested in this Sources Sought document.� This is a request for information only-no solicitation available.� This notice does not commit the Government to issue a solicitation or award a contract, or to otherwise incur any liability associated with the submission of any response or related materials.� Submitted material will be considered the property of the United States Government and will not be returned.� The United States Government fully understands that it has no license or ownership rights to any submitted material that is also proprietary to the submitting company. Respondents capable of responding to only a portion of the total requirement of capability/components stated herin should respond, stating which portions they are capable of and how those portions would be integrated into the total requirement, as applicable.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1fb3490cbfbf46249355293ed09db7a1/view)
 
Record
SN05656777-F 20200515/200513230159 (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 |
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.