SOURCES SOUGHT
99 -- Link 16 Phase II Integration
- Notice Date
- 5/16/2023 10:16:28 AM
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- FA8509 AFLCMC WIUKA ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FD2060-23-30405
- Response Due
- 6/15/2023 2:00:00 PM
- Archive Date
- 06/16/2023
- Point of Contact
- Wayne McBride, Samantha Kirk
- E-Mail Address
-
Kenneth.mcbride3.ctr@us.af.mil, samantha.kirk.1@us.af.mil
(Kenneth.mcbride3.ctr@us.af.mil, samantha.kirk.1@us.af.mil)
- Description
- Request for Information Link 16 Phase II Integration PR FD2060-23-30405 USAF AFLCMC/WIU HC-130J PURPOSE/DESCRIPTION CAUTION: This market survey is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to integrate Line of Sign (LOS) datalink 16 radio system for the HC-130J aircraft. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.�In accordance with Federal Acquisition Regulation 52.215-3, (a) The Government does not intend to award a contract based on this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation; (b) Although ""proposal"" and ""offeror"" are used in this RFI, your response will be treated as information only. It shall not be used as a proposal; (c) This solicitation is issued for the purpose of market research for HC-130J Link 16 integration capabilities.� Responders are advised that the U.S. Government will not reimburse participants for any expenses incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future Request for Purchase (RFP) nor does it ensure participation, if any is issued. If a solicitation is release, it will be synopsized on the System for Award Management (SAM) website at www.sam.gov. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.� HC-130J Link16 Integration The purpose of this subject task order description is to define the requirements for the integration of a LOS datalink 16 radio on twenty (20) HC-130J aircraft using portions of the Airborne Mission Networking (AbMN) system developed for the MC-130J and EC-130J aircraft to ensure compatibility between Situation Awareness and Communications Upgrade (SACU), LOS data Link-16, and AbMN software on the HC-130J aircraft. The proposed acquisition strategy is a total of 30-month contract, considered as two (2) efforts broken up in one base year (12 Months) and one option (18 Months).� The Base Year (August 2023-July 2024 (12 Months)) The Contractor shall perform sixteen (16) aircraft production installations under previously developed kits from previous effort. There shall be no degradation of current HC-130J systems (i.e. Vortex, Situational Awareness Data Link (SADL), Air Force Tactical Receiver System-Ruggedized (AFTRS-R), PRC-117G, etc.). The kits and material will need to be procured and available upon production installation.� Option (August 2024 - November 2025 (16 Months)) The contractor shall design the integration of Link 16 on four (4) aircraft modified with 7.0/8.1 Modification. The contractor shall produce Level III drawings for all design modifications. There shall be no degradation of current HC-130J systems (i.e. Vortex, Situational Awareness Data Link (SADL), Air Force Tactical Receiver System-Ruggedized (AFTRS-R), PRC-117G, etc.). This shall produce one (1) Trial Kit Installation (TKI), one (1) Kit Proof Installation (KPI), and two (2) production installs. The TKI and KPI shall take place at the contractor's facility.� Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with their participation in this survey. The Government does not own the associated software rights for Tactical Radio Application Extension (TRAX) or FENIX software and anticipates this requirement to be sole source to Sierra Nevada Corporation: Sierra Nevada Corporation CAGE Code: 8X691 Sierra Nevada Corporation (SNC) 444 Salomon Circle Sparks, NV 89434-9651 INSTRUCTIONS: If, after reviewing this document, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting the requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Identify any areas of work that your organization believes should be broken out exclusively for Small Business.� Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed to the Program Manager (PM). Patrick Jones; Logistics Management Specialist (PM) Patrick.jones.22@us.af.mil Wayne McBride (CTR); Logistics Management Specialist (PM) Kenneth.mcbride.3.ctr@us.af.mil Jeffery Pruitt, Procuring Contracting Officer� � � � � � � � � jeffery.pruitt.1@us.af.mil Samantha Kirk, Contract Specialist� � � � � � � � � � � � � � samantha.kirk.1@us.af.mil CONTRACTOR CAPABILITY SURVEY Part I. Business Information� Please provide the following business information for your company/institution for any teaming or joint venture partners:� � � � � � � � � � �-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: 336411-� Aircraft manufacturing.� �� -Based on the above NAICS Code, state whether your company is: -Small Business (Yes / No) -Woman Owned Small Business (Yes / No) -Small Disadvantaged 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 (SAM)�(Yes / No) -A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Responses to the Capability Survey Part I and Part II must be received no later than close of business 15 June 2023. Please ensure data is in a readable electronic format that can be received through a firewall. Attachments shall not to exceed 10 MB per email. Multiple emails are acceptable. Responses must be sent via email to the following:� Jeffery Pruitt, Procuring Contracting Officer, jeffery.pruitt.1@us.af.mil Samantha Kirk, Contract Specialist, samantha.kirk.1@us.af.mil Patrick Jones, Logistics Management Specialist (PM), patrick.jones.22@us.af.mil Wayne McBride (CTR); Logistics Management (PM), kenneth.mcbride.3.ctr@us.af.mil Part II. Capability Survey Questions A. General Capability Questions Briefly describe the capabilities of your facility and nature of the goods and/or services you provide. Include a description of your staff composition and management structure.� Describe your company's experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). Describe your company's capabilities for generating, handling, processing, and storing classified material and data.� Describe your company's capabilities and experience in generating/interpreting technical data, engineering drawings and manuals.� What is your company's current maximum capacity per month for this requirement? Provide information on any facility reserves you may possess to increase capacity in the event of an immediate need due to critical operational mission requirements.� What quality assurance processes and practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.).� � � � � � � � � � a. Provide a detailed quality plan implementing AS9100 (or equivalent).� � � � � � � � � � � � � B. Services Questions� Describe your services capabilities and experience regarding the requirements of this effort. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items:� � � � � � � � � � � a) Contract Number� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � b) Procuring Agency� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �c) Contract Value� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � d) Services Provided� Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer as required.� How will your organization address the absence of drawings, specifications, technical data, test procedures, etc.� If your company can not perform the entirety of the requirement, what part could or would your company be able to perform? Provide specific info on what part of the requirement your company could or would be able to perform.� Part III. Summary� THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify potential sources capable of integrating the HC-130J Link 16 system without incurring a disruption in service as outlined above. The information provided in the RFI is subject to change and is not binding on the Government. The Air Force has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Any sample data provided by the Government will be returned and must not be distributed to a third party.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/43bfd9623fb74586b13d4d5151c944e1/view)
- Record
- SN06684740-F 20230518/230517212028 (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 |