Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2022 SAM #7569
SOURCES SOUGHT

R -- E-3 AWACS Next Generation Inflight Friend or Foe Reachback Support

Notice Date
8/19/2022 8:29:06 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA8102 AFLCMC HBK TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FA8102-22-RFI-NGIFF
 
Response Due
8/18/2022 1:00:00 PM
 
Point of Contact
Michael S. Payne, Phone: 4054370518, Amy Schmitz, Phone: 9187280363
 
E-Mail Address
michael.payne.5@us.af.mil, amy.schmitz.1@us.af.mil
(michael.payne.5@us.af.mil, amy.schmitz.1@us.af.mil)
 
Description
This is a Request for Information for market research purposes only. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. The Government reserves the right to pursue the best acquisition approach (i.e. sam.gov vs OASIS) for this requirement based on responses to this Request for Information. �This Request for Information is in support of market research being conducted by the Air Force to identify capable potential sources. The applicable North American Industry Classification System (NAICS) codes assigned to this procurement is: 334511-Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing Contractors responding to this Request for Information shall submit the following information electronically no later than 18 August 2022, @ 3:00 p.m. CST. INSTRUCTIONS FOR RESPONSE: There is 15 page maximum; however please limit pages to the minimum amount and submit on 8 1/2 by 11 paper, singled sided, and no smaller than 10 point font. In addition, respondents are requested to provide any commercial pamphlets, operating or maintenance manuals.� Electronic access to the requested information is acceptable.� Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their responses. This Request for Information does not constitute a Request for Proposals (RFP), or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Request for Information. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. The Government will evaluate the information provided, include it in our market research, and use it as needed during the development of any further procurement action. In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work required by the Government ATTENTION: Contractor must be registered with System for Award Management (SAM) to be eligible for contract award or payment from any DOD activity.� Information on registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. SYNOPSIS: Air Force Life Cycle Management Center anticipates a contract requirement to provide E-3 AWACS Next Generation Inflight Friend or Foe (NGIFF) Reachback Support for the Air Force Life Cycle Management Center, E-3 AWACS System Program Office (SPO) and Depot at Tinker AFB, Oklahoma. The contractor shall provide direct mission support to AWACS Engineering Branch that directly impacts efficiency of aircraft operations, mission performance capability, operational sustainability and flight safety. BACKGROUND: The purpose of this effort is to obtain engineering reach back support for the E-3 AWACS Next Generation Identification Friend or Foe (NGIFF) system. The NGIFF system receives, decodes, and replies to interrogations. When interrogated, the transponder provides the interrogator with aircraft-relative bearing, airspeed, altitude, heading, and aircraft identification information from suitably equipped interrogators Requirements: Engineering support is required from a qualified Contractor to accomplish recurring and non-recurring engineering services to support the maintenance and sustainment of the E-3�s NGIFF system. The Contractor shall resolve complex NGIFF system issues, including complications with hardware and software that are beyond the capability of the Government to resolve. The Contractor shall provide engineering services consisting of responses to both recurring inquiries or tasks and non-recurring Engineering Service Tasks (ESTs), and shall prepare and deliver data in accordance with the Contract Data Requirements List (CDRL) and/or materials outlined in the EST. Engineering services include inquiries and/or tasks relating to Rough Order(s) of Magnitude (ROM), Engineering Cost Estimates, Diminished Manufacturing Sources (DMS) resolutions, field level support, basic design information, proprietary data, flight test data, original qualification concepts, performance data, reliability data, operational effectiveness, operational and maintenance procedures, logistics support, and any other potential problem area where the Contractor's engineering experience and/or information is required. Engineering services may require the generation of raw engineering data. The Contractor would be required to provide technical services to the Government as noted in the draft PWS. CONTRACTOR SURVEY: Part I: Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: Address: Two Points of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: Capabilities related to the task areas below Size of business pursuant to North American Industry Classification System (NAICS) Codes outlined above: Average annual revenue for past 3 years Number of employees; Number of years in business; Based on the above NAICS Code, state whether company is large business or a small business: 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). List of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Part II: General Capability Answers to the below inquiries will be evaluated to determine capability and the likelihood that requirements can be executed based on capability and the chosen approach of respondents. The evaluation will be assessed for risk and impact of cost, schedule and technical performance related matters that could occur depending on the management approach, current capability and needs to establish additional capability. It is preferable to the Government that similar responses to separate inquiries be identified by reference to areas within this market research response that the contractor feels adequately address the inquiry.� The Capability Statement shall succinctly address the following six items to demonstrate the contractor's capability to perform the requirements based on the attached Performance Work Statement (PWS): (1) Please describe how your company�s technical expertise could produce and deliver the capabilities described in the PWS, particularly Engineering Manufacturer Development (EMD) and Production Development modification upgrade programs.� Please provide your potential approach to achieving technical ability, to perform at least 50% of the cost of the MAC task order incurred for personnel with its own employees; and (2) Please describe your knowledge of and past experience working with heavy military aircraft modification upgrades and integration programs, specifically avionics hardware and software modification upgrades.� Please provide detailed information regarding specific avionics modifications, to include scope of work, contract number, and Government point of contact or Program Manager�s contact information (phone number, address and e-mail); and (3) Is your company currently providing similar services, as described in the PWS, to another Government agency customer? If so, please identify the agency customer, to include contract numbers for Government customers. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially, and (4) What percentage of the PWS requirement do you plan to perform in-house versus subcontracting out? Provide detailed explanation on how will you be in compliance with the limitation on subcontracting per FAR 52.219-14; and (5) If applicable, under the current Small Business recertification regulations, is your company an 8a eligible vendor and do you anticipate that your company will remain an 8(a) eligible vendor for this effort?� Please provide the Small Business Administration (SBA) Business Development Servicing Office and the SBA 8(a) certification exit date; and (6) Please provide details regarding any anticipated teaming arrangements, strategic alliances, or other business arrangements to satisfy the PWS requirements. Interested vendors are encouraged to identify teams and indicate each team member's size status based upon the NAICS code of the work that the team member may be doing. Please list the process used to select team members and to onboard additional personnel with the required skill sets; and. (7) For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, and the size of the staff needed. NOTE: Only information provided in the written Capability Statement shall be considered. DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATIONTO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THESE SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2964280011c8455894d6ed80896ceb8f/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN06434831-F 20220821/220819230116 (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.