SOURCES SOUGHT
J -- E3 SYSTEM AIRBORNE WARNING AND CONTROL SYSTEM (AWACS)-AVIONICS INTEGRATION LAB (AIL) INTEGRATION AND TEST SUPPORT (AITS) (SYSTEM AITS) LAB SUPPORT
- Notice Date
- 4/15/2025 12:29:21 PM
- Notice Type
- Sources Sought
- Contracting Office
- FA8730 KESSEL RUN AFLCMC/HBBK HANSCOM AFB MA 01731-2100 USA
- ZIP Code
- 01731-2100
- Solicitation Number
- FA8730-20-C-0002
- Response Due
- 4/30/2025 2:00:00 PM
- Archive Date
- 05/15/2025
- Point of Contact
- Brett Clemens, Phone: 7812255722, Allison Eacrett
- E-Mail Address
-
brett.clemens.1@us.af.mil, allison.eacrett@us.af.mil
(brett.clemens.1@us.af.mil, allison.eacrett@us.af.mil)
- Description
- Request for Information for Airborne Warning and Control System (AWACS) Avionics Integration Lab (AIL) Battle Management Command & Control Division AFLCMC/WIM 3 Eglin Street Hanscom AFB, MA 01731-2100 Program Manager: Mr. Kyle Bouchard Contracting Officer: Mr. Brett Clemens Description This is a Request for Information (RFI) as defined in FAR 15.201(e). This RFI is issued in order to identify qualified sources that can maintain and operate the current AWACS E-3 System Lab. In accordance with (IAW) FAR 52.215-3, Request for Information or Solicitation for Planning Purposes, this RFI is issued solely for information and planning purposes; it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs 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 RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (SAM.GOV) website. It is the responsibility of the potential respondents to monitor this site for additional information pertaining to this requirement. Background The AWACS E-3 System Lab infrastructure supports development, production, and sustainment programs during system and sub-system testing at Boeing Field, Seattle, WA in the Boeing Military Flight Center (MFC). The Government intends to move the existing lab to Tinker Air Force Base (AFB), Oklahoma City, Oklahoma as a part of this effort. The lab assets also support multiple international AWACS projects on a maintenance fee basis, not limited to projects for France, Saudi Arabia, United Kingdom, Japan, and North Atlantic Treaty Organization (NATO) efforts. The AIL is populated with Government Furnished Property (GFP) and incumbent owned capital equipment. The incumbent provides access, environmental and security functions. Description of Requirements Interested potential sources should respond by identifying their capabilities in providing the scope of work identified above. Respondents must be able to meet the requirements associated with: teardown, packaging, relocation, installation, configuration, and process accreditation in a new location at Tinker AFB, Oklahoma AWACS E-3 system level integration (radar, sensors, communication, mission computing and the ground segment equipment ) capability to compliment the GFP manage Cyber Security and Physical security in plant manage, operate, and maintain the AWACS system and sub-system infrastructure installation of new hardware and software in the AWACS E-3 Lab configuration, maintenance, operation, and modification of an AWACS E-3 Lab perform engineering and integration analysis perform test and evaluation on the AWACS E-3 Lab perform cybersecurity and accreditation tasks on the AWACS E-3 Lab in plant document architecture develop and maintain lab scheduling develop installation and setup procedures develop test and evaluation procedures Respondents to this RFI should provide information on how they would conduct system and subsystem infrastructure activities, overarching weapon system engineering, and integration test engineering. Respondents will detail how they will accomplish a-g below: strategy to gain access to AWACS System Lab obtain access to AWACS Specifications, Interface Control Documents (ICDs), and verification methods/data bases used for modernization verification and qualification for the AWACS E-3 Lab maintain and administer the AWACS Functional Specifications within the infrastructure for the AWACS E-3 Lab perform E-3 aerodynamic, electromagnetic interference, and Size, Weight, and Power (SWaP) Analysis conduct engineering, verification, and qualification testing define interface standards/requirements via the Interface Control Working Group (ICWG) transition AWACS E-3 Lab services provided to a US Government manpower resources when GFP is transferred to Tinker Air Force Base (AFB), Oklahoma Responses Your response shall not exceed ten (10) 8.5x11 inch, single spaced, single sided pages in length. Responses to this RFI will only be accepted via email. Send your response to the Contracting Officer, Mr. Brett Clemens brett.clemens.1@us.af.mil and Contract Specialist Allison Eacrett allison.eacrett@us.af.mil no later than 15 calendar days after publication of this announcement. Responses must be unclassified. Proprietary information, if any, should be minimized and must be clearly marked. Please be advised that submission will not be returned. Section 1 of your paper shall provide administrative information pertinent to the business unit responding to the RFI. Provide the following Business Unit Information: QUALIFICATION INFORMATION: Company / Institute Name: Address: Point of Contact: CAGE Code: DUNS number: Phone Number: E-mail Address: A statement as to whether your company is large or small business under NAICS code 541380 � Testing Laboratories, size standard $19.0 million dollars. Also indicate if you are: A non-profit entity, a small business, a small disadvantaged business, Section 8(a) small business, woman-owned small business, a veteran owned small business, service-disabled veteran-owned small business, an economically disadvantaged women-owned small business or a Hub Zone small business. A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). The security clearance level of the respondent. Advisory and Assistance Services (A&AS), Specialized Cost Services (SCS) and Federally Funded Research and Development Center (FFRDC) contractors will be reviewing data submitted in response to this RFI. Employees of the companies listed below have standard Non-Disclosure Agreements (NDA) available to the Government contracting offices. If additional NDAs are required please contact the Contracting Officer 5 days prior to submittal of your RFI response. The list of A&AS/SCS/FFRDC contractors at Hanscom AFB are as follows: Odyssey Systems Consulting Group Oasis Systems LLC Quantech Services Inc. MITRE Corporation Torch Technologies Georgia Tech Research Institute Questions Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Officer and Contracts Specialists. Verbal questions will not be accepted. Questions will be answered by e-mail; accordingly, questions shall not contain proprietary or classified information. The Government does not guarantee that questions received after 7 days of the publication date of this RFI will be answered. Summary THIS RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES AND DOES NOT CONSTITUTE A SOLICITATION. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI, AND RESPONSES TO THIS NOTICE ARE NOT OFFERS AND CANNOT BE ACCEPTED BY THE GOVERNMENT TO FORM A BINDING CONTRACT. RESPONSES TO THIS RFI WILL NOT BE RETURNED.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/865eba58b41645f49f1f231ee86cdac7/view)
- Place of Performance
- Address: Oklahoma City, OK, USA
- Country: USA
- Country: USA
- Record
- SN07409829-F 20250417/250415230048 (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 |