SOURCES SOUGHT
15 -- C-130 Cross Platform Performance Enhancement
- Notice Date
- 10/4/2007
- Notice Type
- Sources Sought
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-SOCOM-07-SS-C130-CPPE
- Response Due
- 11/5/2007
- Archive Date
- 11/30/2007
- Point of Contact
- Roxanne Gerry, Contracting Officer, Phone 813-826-5177, Fax 813-826-7504, - Frederick Marsh, Contract Specialist, Phone 813-826-7975, Fax 813-826-7504
- E-Mail Address
-
gerryr@socom.mil, frederick.marsh@socom.mil
- Description
- 1. The United States Special Operations Command (USSOCOM) is conducting a comprehensive Special Operations Forces (SOF) C-130 performance enhancement study to meet the growing requirements for weight reduction, increased range, improved power/propulsion requirements and overall aerodynamic performance shortfalls by assessing potential modifications and upgrades for the Air Force Special Operations Command?s (AFSOC) C-130 aircraft inventory to 2025. Prioritized Mission Design Series (MDS) aircraft in this study are the AC-130U, MC-130H, AC-130H, MC-130W, MC-130P, and MC-130E. A range of alternatives is desired, from near-term (fielding prior to 2015) through long-term (2015 to 2025). The MC-130E/P aircraft will primarily be considered for near-term upgrades only, as they are programmed for recapitalization. To complete the study and consider programming initiatives in the fiscal year 2010 Program Objective Memorandum (POM), USSOCOM requires current industry sources and capabilities information. 2. The objectives of this Request for Information (RFI) are to identify Non-Developmental Item (NDI) or commercially available solutions to SOF C-130 performance challenges, assess technology and manufacturing readiness, and prepare budgetary planning estimates for possible programming initiatives. 3. USSOCOM seeks information from responsible sources and interested parties who have proven solutions that can meet or exceed systems integration requirements; can be validated by performance testing, including flight test; require minimum modification or upgrade to aircraft systems; address sustainment concerns. 4. For the purpose of this RFI, the term -proven- means solutions at a Technology Readiness Level (TRL) 6 or higher, preferably TRL 7 or higher. Adaptation of NDI or commercial solutions is encouraged. Recommended solutions must improve upon current SOF C-130 capability and be sustainable through the expected life above. Key performance parameters include loiter time, Cg, and climb gradient in various environmental conditions. 5. Interested parties should provide capabilities, qualification statements, and examples that demonstrate their ability to satisfy the required performance enhancement challenges with low integration risk across the SOF C-130 inventory. Respondents are encouraged to provide information on all or any subset of the areas listed. No adverse evaluation will result from responses, which address only those specific areas applicable to one?s core business expertise. 6. Respondents are to use a minimum number of pages to describe in detail the information requested. Limit responses to no more than fifty 8 ? x 11 inch single sided pages, including attachments, figures and/or drawings. 7. This notice is part of Government Market Research, a continuous process for obtaining the latest information on the -art of the possible- from industry with respect to their current and near-term abilities. The information collected may be used by the Government to explore future strategies for possible uses of platforms within the military. Information received as a result of this request will be considered sensitive and protected as such. All company proprietary information contained in the response shall be separately marked. Any proprietary information contained in response to this request will be properly protected from unauthorized disclosure. The government will not use proprietary information submitted from any one firm to establish the capability and requirements for any future systems acquisition so as to not inadvertently restrict competition. Special Note: Respondent?s attention is directed to the fact that contractor consultant and advisors to the Government will review and provide support during evaluation of submittals. When appropriate, non-government advisors may be used to objectively review a particular functional area and provide comments and recommendations to the Government. All advisors shall comply with procurement integrity laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements. The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding proprietary data. Submissions in response to this RFI constitutes approval to release the submittal to Government Support Contractors. 8. U.S. and non-U.S. firms with appropriate Export Control status are permitted to respond to this RFI. Responses to questions from authorized interested parties will be promptly answered and provided equally to all interested parties unless some release of proprietary information is involved or the answer addresses a question peculiar to a company or that company?s response. One-on-one information gathering sessions with respondents are currently not contemplated. If one-on-one sessions with interested parties are conducted, they will be offered to those responders that meet the requirements contained in this RFI. The purpose would be to clarify understanding of the submittal, the capability ramifications, or to discuss the form of agreement to cover any flight demonstrations. Information feedback sessions may be offered to respondents after all qualitative assessments are completed. 9. Per FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997): The Government does not intend to award a contract on the basis of this notice 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. Although the terms -proposal- and -respondent- are used in this RFI, your response will be treated as information only and shall not be used as a proposal. Any proposed solution must meet all Operational, Safety, Suitability and Effectiveness (OSS&E) requirements mandated by the Department of Defense.
- Record
- SN01429008-W 20071006/071004224005 (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 |