SOURCES SOUGHT
B -- B-2 Adaptable Commu7nication Suite 4.0
- Notice Date
- 4/9/2024 5:34:10 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8616 AFLCMC WBZK B2 WRIGHT PATTERSON AFB OH 45433-7148 USA
- ZIP Code
- 45433-7148
- Solicitation Number
- FA861624S1001
- Response Due
- 4/22/2024 1:00:00 PM
- Archive Date
- 05/07/2024
- Point of Contact
- Jillian Kovacs, Phone: 937-609-5830
- E-Mail Address
-
jillian.kovacs@us.af.mil
(jillian.kovacs@us.af.mil)
- Description
- The United States?Air Force?(USAF) is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements for a contract for the rapid procurement, sustainment and/or modification of existing Adaptable Communication Suite components (on/off aircraft) to address obsolescence, new requirements and/or unforeseen maintenance issues within the B-2 Weapon System.? The period of performance is expected to span five years.?The existing components include Electromagnetic Interference (EMI) certified and ruggedized computers, keyboards, displays, circuit protections, user switch controllers, system control panels and associated harnesses.?�� Respondents to this Sources Sought Synopsis are expected to demonstrate their capabilities to complete all related efforts. The contractor will be expected to deliver the following, as required:� Fabricate existing items� Modify existing item designs to address obsolescence� Perform technology updates� Technical Data Packages, consisting of, but not limited to, change packages, supplements, and/or revisions.�� Existing System components, comprising of, but not limited to, obsolescence, maintenance directed modifications, testing, certification, new system functional requirements and evolving B-2 mission needs.��� Existing Ground Support System components, including, but not be limited to, ACS ground stations, training devices, and ancillary equipment.�� Engineering Report(s). The B-2 System Program Office (SPO) will require program status updates, schedules, test plans, test results, system integration reports, feasibility studies, and deficiency analysis.� All deliveries must be accompanied with a minimum of a 5-year warranty�� The USG has Technical Data Packages for existing items that are insufficient for a third-party to manufacture the items and several items have restricted data rights.��� The contractor shall have the capability to provide for the security of classified and unclassified hardware and storage/handling of documentation up the SECRET level. Minimum personnel security clearance requirements for this effort are SECRET.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6b50659877c841ebb35ec58f395b1e7a/view)
- Place of Performance
- Address: Wright Patterson AFB, OH 45433, USA
- Zip Code: 45433
- Country: USA
- Zip Code: 45433
- Record
- SN07024995-F 20240411/240409230054 (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 |