SOURCES SOUGHT
F -- F-16 Digital Standby Attitude Indicator
- Notice Date
- 8/10/2022 3:25:12 PM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- FA8232 AFLCMC WWMK HILL AFB UT 84056-5820 USA
- ZIP Code
- 84056-5820
- Solicitation Number
- FA8232SAI
- Response Due
- 9/9/2022 8:00:00 AM
- Archive Date
- 08/09/2023
- Point of Contact
- Miranda Brown, Eric Dumpert
- E-Mail Address
-
miranda.brown.3@us.af.mil, eric.dumpert.1@us.af.mil
(miranda.brown.3@us.af.mil, eric.dumpert.1@us.af.mil)
- Description
- F-16 Digital Standby Attitude Indicator Agency: Department of the Air Force Office: Air Force Materiel Command Location: AFLCMC / WAMKA Hill AFB Notice Type: Sources Sought Posted Date: 10 AUG 2022 Response Date: 9 SEPT 2022 9:00 AM MT Archive Date: 9 AUG 2023 Archiving Policy: Automatic, on specified date Original Set Aside: N/A Set Aside: N/A � Classification Code: 3728 - Aircraft parts and auxiliary Equipment 3812- Search, Detection, Navigation, Guidance, Aeronautical and Nautical Systems and Instruments � NAICS Code:� 334511 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. �However, the Government will entertain alternate NAICS codes. �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. �All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. 2.��������� Program Details: The F-16 System Program Office (SPO) at Hill Air Force Base in Utah is seeking sources to procure 1,000 to 1,800 Standby Attitude Indicator (SAI) units to correct an outdated and less capable mechanical gyro attitude indicator that provides back-up or standby attitude information to pilots in the event of an Embedded Global Positioning System Inertial Navigation System (EGI) failure.� The SAI is the only contingency to recover the aircraft through instrument meteorological conditions (flying through clouds, etc.) in the event of an EGI failure, but the current SAI displays false information without any flags or warning indications. �The current SAI is not capable of tracking pitch attitude through more than +/-85 degrees of pitch, which results in false information being displayed if those pitch limits are exceeded.� Fighter aircraft frequently exceed those pitch limits.� New state-of-the-art digital attitude heading and reference system (AHARS) indicators are capable of displaying correct attitude information through greater than 360 degrees of pitch and 360 degrees of roll.� The National Supply Number (NSN) for the current unit the Government is seeking to replace/upgrade is 6610002008832. � 3.��������� SUBMISSION REQUIREMENTS:� �Responses to the notice shall include the following: a.��� Company Information and Point of Contact (""POC""): Company's Name Street Address, City, State, and Zip Code Contact information for identified POC, including e-mail, telephone number and facsimile number b.��� Product Information: Product Literature and other supporting documentation that demonstrates your company's ability to provide the subject product and associated service Certification/qualification documentation Service(s) options and description of what is included Delivery date after award � NOTICE POINT OF CONTACT INFORMATION: Name: �Miranda Brown E-mail:� �Miranda.Brown.3@us.af.mil Name: Eric Dumpert E-mail: eric.dumpert.1@us.af.mil � 4.��������� INTERESTED PARTIES: The Government requests interested parties submit a brief statement of current capability to perform the services outlined in sections 5 & 6 by providing responses to this synopsis. � 5.��������� TECHNICAL REQUIREMENTS: The Standby ADI units must provide the following: Displays correct attitude information through 360+ degrees of bank and 360+ degrees of pitch continuously (within 2 degrees, steady-state) Able to handle 420 degrees per second roll rate, and 60 degrees per second pitch rate Must fit the provided instrument panel space available in the aircraft (2-5/8"" x 2-5/8�) Runs on 28V DC NVIS-compatible, dimmable useable/visible in direct sunlight FAA-certified to beyond 12Gs and 50,000 feet Needs to handle 60,000' pressure altitude (cabin pressure altitude of 30,000')� Phase lag less than 0.5 seconds Call back capability Mates with instrument panel mount and existing power connection Can survive 100 Hz gun vibe � 6.��������� ADDITIONAL RESPONSE REQUIREMENTS: a.���������� Identify Subcontracting Requirements/Activities: Identify all activities that require subcontracting, collaboration or sole source as well as third-party engineering & logistical support for all segments of CDU production & support. b.�������� Timeline: Provide a brief timeline to demonstrate an understanding of the above requirements that consists of major events, milestones, phases and decisions to include an estimated overall period of performance. c.���������� Common Capability Elements: Technical capability Form/fit/function Based on current technology (Digital) The U. S. Air Force asserts that it has a responsibility to advance the possibility for competition for this requirement at the earliest practical juncture.� �This agency will be sensitive to the possible development of Organizational Conflicts of Interest (OCI) as this effort progresses. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The F-16 SPO will not be obligated to pursue any particular acquisition alternative as a result of this notice. Responses to the notice will not be returned. Not responding to this notice does not preclude participation in any future solicitation, if one is issued. THIS INFORMATION MUST BE RECEIVED WITHIN (30) DAYS FROM THE DATE THIS NOTICE IS PUBLISHED. � Contracting Office Address: Hill AFB, Utah 84056 United States Place of Performance: United States Primary Point of Contact.: Miranda Brown Miranda.Brown.3@us.af.mil Name: Eric Dumpert E-mail: eric.dumpert.1@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/22ceced18dfa4775895d3a0400e66eb7/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06422225-F 20220812/220810230125 (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 |