Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2003 FBO #0701
SOURCES SOUGHT

49 -- DEPOT JET ENGINE TEST CELL UPGRADES OR

Notice Date
10/27/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker AFB OC-ALC - (Base Contracting), OC-ALC/PKO 7858 5th Street Ste 1, Tinker AFB, OK, 73145-9106
 
ZIP Code
73145-9106
 
Solicitation Number
Reference-Number-1TAFBJETC1
 
Response Due
12/15/2003
 
Archive Date
2/28/2004
 
Point of Contact
Mindy Banz, Contract Negotiator, Phone (405)739-7568, Fax (405)739-7422,
 
E-Mail Address
Mindy.Banz@tinker.af.mil
 
Description
This is a Sources Sought Announcement only. No solicitation is being issued at this time. While the action being advertised is likely to occur, no firm requirement exists and the amount of information available for publication at this time is limited. The solicitation, when issued, will be a Request for Proposal (RFP). A best-value source selection will likely be the method of contractor selection. OC-ALC/MAE at Tinker Air Force Base (TAFB) seeks potential sources for a program to replace existing depot aircraft engine test systems with more sustainable hardware and software to reliably meet current and future test requirements and to provide timely data for various engineering and maintenance functions. Current test systems are obsolete and in need of being upgraded. Further information regarding the general scope of this project can be found in the Market Survey attached to this Sources Sought Announcement. It is anticipated that the contract performance period will be a base period with multiple one-year option periods, exercised at the unilateral right of the Government. The contract type is anticipated to be firm-fixed price, commercial (Commercial Off The Shelf) utilizing FAR Parts 12 and 15 for Commercial Acquisitions. However, the final determination of contract type will largely depend upon the information gleaned from information received from Industry through market surveys, industry days, and internal market research. The North American Industry Classification Systems (NAICS) Code anticipated is 334519 with a Size Code of 500 employees. A small business set-aside, if any, has not been determined. Additional information, as it becomes available, will be posted as amendments to this announcement. All amendments will be available for viewing on FedBizOps (FBO) at http://www.eps.gov. It is incumbent upon the interested parties to review the site frequently for any updates and amendments to any and all documents. All potential offerors are reminded, in accordance with Defense Federal Acquisition Regulations Supplement (DFARS) 252.204-7004, Required Central Contractor Registration, lack of registration in the Central Contractor Registration (CCR) will make an offeror ineligible for contract award. This Sources Sought Announcement is also issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All businesses capable of providing these services are invited to respond to the Market Survey attached to this Sources Sought Announcement by the date and time designated in the Survey. Any information provided by Industry to the Government as a result of this Sources Sought Announcement and Market Survey is voluntary; the Government will not pay for any information submitted in response to this Sources Sought Announcement. The Government requests that interested parties responding to the Market Survey send their written responses to Mindy D. Banz at the address indicated in the survey no later than close of business 15 DEC 03. It is anticipated that a Draft Statement of Work (SOW) will be posted to the FBO with future amendment(s) to this announcement when more information becomes available. Also, the Government anticipates holding an Industry Day in the early part of 2004. Further details for this Industry Day will be provided in amendments to this Sources Sought Announcement. Companies and/or teaming associations are encouraged to participate. Any questions concerning this Announcement should be addressed to Mindy D. Banz, Contracting Officer, OC-ALC/PKOSS, (405) 739-7568, or via e-mail at mindy.banz@tinker.af.mil. E-mail is preferred. Market Research Survey For Tinker Jet Engine Test Cells 1. PURPOSE This market research survey is being conducted to determine what sources exist that may possess the expertise, capabilities, and experience necessary to satisfy a possible Government requirement for upgrades to the Tinker jet engine test cells. At this time, no firm requirement exists. 2. DISCLAIMERS 2.1 This is a market research survey only, and not a Request For Quote/Request For Proposal; therefore, the Government will not incur any obligation as a result of responses from industry. 2.2 Results will be used to determine if the Government?s requirements can reasonably be met with existing capabilities and Commercial Off The Shelf (COTS) products. Results will not be shared with competitors. 2.3 Participation is entirely voluntary, and does not bind your company in any way. 2.4 There is no guarantee of future business as a result of your response to this survey. 2.5 Please provide budgetary estimates for the following: tasks/products/services, broken out by line item if possible. These rough order of magnitude prices will be used only for budgetary purposes and in no way obligates the Government or your company. 2.6 Consider all items ?turn-key? and include design, documentation, installation, & checkout, plus standard warranty. 2.7 Please provide any product data sheets, specifications, standards used, test reports, and supporting documentation available. 2.8 Base your replies on the information contained herein entirely 2.9 The requirements and scope of this potential acquisition are subject to change. 2.10 Additional suggestions or recommendations are welcomed and encouraged. 3. SCOPE OF WORK 3.1 Overall scope: Replace existing depot aircraft engine test systems with more sustainable hardware and software to reliably meet current and future testing requirements and to provide timely data for various engineering and maintenance functions. 3.2 Remove and replace main computer, data acquisition system, throttle, and peripherals. Hardware will be housed in an indoor environment. 3.3 Provide stand-alone test cell data network linking all test cells and engineering workstations together. 3.4 Provide software Test Program Sets (TPS), providing software command of facility and engine controls for both fully automated closed-loop and manual mode testing of approximately 17 total variants of F100, F101, F108, F110, F118, TF33, plus two Accelerated Mission Test profiles. All TPS software and configuration files will be owned by the Government, which will maintain changes through contractor or Governmental organizations, while offering full protection of all proprietary rights. Fully automated closed-loop TPS are currently used for 3 of the engine variants with the existing systems. 3.5 System will automatically save the mapped test data in complete and summarized forms, in a commonly used format for archiving and retrieval, and must be capable of automatically distributing these files to Air Force local and centralized databases. 3.6 System will incorporate the functionality of existing test subsystems such as downloading devices; DECMON for F101, F110, and F118; and CEDS for F100. 3.7 Data systems will be outfitted in each of 12 engine test cells, an engineering development station, a software development station, and a hardware mockup. Eight of the 12 test cell control rooms have space limitations in the operator/control/display area. 3.8 Provide video camera system in each cell for engine monitoring and recording. 3.9 Provide facility monitoring of remote cooling water pumps, main fuel yard pumps, facility hydraulic supply, water tower level, etc. 3.10 Provide test cell intercom system between test cell chambers, control rooms and support shops in buildings 3703 and 3234. 3.11 Provide a standardized throttle motor & gearbox configuration usable on all engines with minimal adaptation. 4. SURVEY 4.1 Instructions Provide written responses (no facsimiles or emails please) to the address below. Responses must be received no later than close of business 15 Dec 2003. Please mail two (2) copies of your response to: OC-ALC/PKOSS Attn: Mindy Banz 7858 5th St., Suite. 1 Tinker AFB OK 73145-9106 4.2 Company Background Information Please provide the following business information for your company: ? Company Name ? Address ? Point(s) of Contact ? E-mail address for all point(s) of contact ? CAGE Code ? DUNS # ? Size of business pursuant to North American Industry Classification System (NAICS) Code: 334519, Size: 500 Employees. ? Whether your company represents one or more of the following: o Woman Owned Small Business o Small Disadvantaged Business Certified o Historically Underutilized Business Zone (HUBZone) Certified o 8(a) Certified Business o Veteran Owned Business o Service Related Disabled Veteran ? A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). ? Indicate whether your company is currently registered under Central Contractor Registration (CCR) and when it expires. 4.3 QUESTIONAIRE 4.3.1 What certifications (e.g. ISO9002, SEI CMM levels) for overall quality and software development does your company currently have? 4.3.2 Describe your company?s experience with subcontracting, joint-ventures, teaming arrangements to accomplish varied tasks related to jet engine testing. 4.3.3 Describe how your company?s engine test data systems are typically upgraded due to obsolescence issues. 4.3.4 Describe how your company would ensure sufficient resources to accomplish all required software tasks. 4.3.5 Provide annual sales data from each of the past five years and note any future orders similar in size and/or complexity to this requirement. 4.3.6 Provide information on attributes of typical systems installed by your company, including such information as channel count, scan rate, analog channel accuracy, expandability, number of systems installed, interfaces supported, technology used, typical installation time. 4.3.7 Provide information on typical attributes for a stand-alone test cell data network, including technology employed, data rate, distance limitations, etc. 4.3.8 Describe how your company has been innovative in using advanced and emerging technologies, such as PXI, virtual instruments, IVI drivers, NxTest design, networking and web based data and video presentations. 4.3.9 Provide information on technology used & distance limitations for facility monitoring of remote cooling water pumps, main fuel yard pumps, facility hydraulic supply, water tower level, etc. 4.3.10 Provide information on technology for an intercom system between test chambers, control rooms and support organizations in two buildings across the street from each other. 4.3.11 Provide typical numbers of man-hours by your company to develop a closed-loop TPS from scratch or modifying existing code, languages used, operating systems, experience (number of years or number of TPS written). 4.3.12 Describe your company?s experience with integrating the functionality of existing sub-systems that may contain proprietary data such as DECMON, CEDS, downloading devices, etc. into your company?s data acquisition systems. 4.3.13 What are the major cost drivers for the systems described above? 4.3.14 Provide a range of costs, to be used for budgetary purposes only, on how much a set of systems as described above would cost. This would include installation, checkout, documentation, training and warranty. 4.3.15 Provide a range of costs, to be used for budgetary purposes only, on a breakout of subsystems such as cameras, intercom, and typical hardware-only cost main computer, data acquisition system, throttle, and peripherals without associated installation, for engineering/software development/mockup stations. 4.3.16 Describe your overall software design methodology, especially modularity, level of expertise required to maintain and modify it, special programs required such as configuration file editors, simulation capabilities, configuration management software, and language(s) used. 4.3.17 What experience does your company have in doing upgrades for both test cell data systems, and mechanical test cell systems such as exhaust tubes and fuel systems?
 
Place of Performance
Address: TINKER AFB OK
Zip Code: 73145
Country: USA
 
Record
SN00460210-W 20031029/031027213126 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.