Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2007 FBO #1899
SOURCES SOUGHT

58 -- Common Range Integrated Instrumentation System

Notice Date
11/17/2006
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864, UNITED STATES
 
ZIP Code
32542-6864
 
Solicitation Number
11172006
 
Response Due
12/18/2006
 
Point of Contact
Edward Miller, Jr., Contracting Officer, Phone (850)883-3419, Fax (850)882-3130, - Sue Stanley, Contract Specialist, Phone (850)883-2920, Fax (850)882-9465,
 
E-Mail Address
edward.miller@eglin.af.mil, sue.stanley2@eglin.af.mil
 
Description
This is a combined Sources Sought Synopsis and Request for Information. All responsible businesses, including small businesses, are encouraged to respond to this RFI. This synopsis is for planning purposes only and neither constitutes a RFP, nor does it restrict the Government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. This Sources Sought Synopsis is in support of a market survey being conducted by the 329th Armament Systems Group to determine potential sources capable of providing a Common Range Integrated Instrumentation System (CRIIS) for DoD Ranges. Potential sources should include their size status for NAICS code 334511. CRIIS will provide enhanced time, space, position information (TSPI) accuracy and selected participant data bus information for test and training event participants, incorporating an advanced spectrally efficient data link. CRIIS will be developed consistent with an overall goal of maximizing commonality among range instrumentation systems for test and evaluation and training applications. Development will be funded through the Central Test and Evaluation Investment Program (CTEIP), with follow-on production funded by the individual Services. CRIIS development will significantly improve the T&E range capabilities in 5 major areas: (1) Enhanced data transfer flexibility; (2) Increased TSPI accuracy at faster rates; (3) Component miniaturization and modularity for internal mounting flexibility; (4) Standardization of interface protocols and an open architecture design, to support replacement of future components resulting from obsolescence and changes in technology; and (5) Enhanced system encryption capability. The test requirements are well established at this time (see Attachment #2). The top level training requirements are: (1) operation on different frequencies; (2) accommodating a different waveform; (3) accommodating Multiple Levels of Security (MLS); (4) accommodating detached clusters; and (5) accommodating burst mode transmissions. Potential offerors should deliver a Statement of Capabilities in accordance with Numbered Note 25, specifically addressing your area(s) of expertise and whether your company would be interested in being a prime contractor or subcontractor for this effort. Discuss your experience in designing, developing, fabricating, testing and maintaining similar systems. If interested in being a prime, discuss your company?s experience in accomplishing complex system architecture definition, design, and development. Your response must include sufficient backup data to support your answers and/or recommendations in order to conduct meaningful exchanges. In addition, offerors are requested to comment on questions contained in attached document titled "Questions for Responders" (see Attachment #1). An industry day, with one-on-one discussions, is anticipated in the near future. Until such time, questions and/or comments should be submitted to the following e-mail address: 329arsg.criis@eglin.af.mil. An answer will be provided by return e-mail and all questions and answers will be posted on the FedBizOpps site. It is the responsibility of industry to monitor www.fedbizopps.gov for the release of any follow-on information. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this Sources Sought Synopsis. The Government requests interested offerors submit one (1) copy of their capability response no later than 4:00 p.m., Central Daylight Time, on 18 December 2006. Statement of Capability should not exceed ten (10) one-sided 8.5 X 11 inch pages, with a font no smaller than 10 point, to the following address: 329 ARSG/PK, Attn: Edward Miller, 102 West D Avenue, Bldg 11, Eglin AFB, FL 32542-6808. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (17-NOV-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 05-FEB-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/AAC/11172006/listing.html)
 
Place of Performance
Address: 102 WEST D AVENUE BLDG 11 EGLIN AFB, FL
Zip Code: 32542-6808
Country: UNITED STATES
 
Record
SN01226314-F 20070207/070205224523 (fbodaily.com)
 
Source
FedBizOpps 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.