SOLICITATION NOTICE
N -- C-20 Aircraft Defensive System Market Research
- Notice Date
- 7/14/2008
- Notice Type
- Modification/Amendment
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
- ZIP Code
- 73145-3015
- Solicitation Number
- C-20_IRCM
- Response Due
- 7/21/2008 3:00:00 PM
- Point of Contact
- Linda S Cumberworth,, Phone: (405) 739-2697, Jacob D. Moreno,, Phone: 4057367509
- E-Mail Address
-
linda.cumberworth@tinker.af.mil, jacob.moreno@tinker.af.mil
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR INFORMATION (RFI) QUESTIONS FOLLOW-UP (#2) For USAF C-20B/H Aircraft Defensive System On the initial RFI, the C-20 Program Office requested respondents to identify an IRCM system that is scalable for a C-20B/H aircraft and their capability of installing, integrating and certifying the identified IRCM defensive system. Thank you for responding to the initial RFI. The C-20 Program Office has elected to pursue a jamming-based LAIRCM system and will not be considering material dispensing systems. Oklahoma City-Air Logistics Center (OC-ALC)/727ACSG Tinker Air Force Base, OK is conducting market research to identify installation capabilities and commercial costs of a Large Aircraft Infrared Countermeasure (LAIRCM), jamming-based, defensive system for the USAF C-20B/H aircraft. This capability is planned to be integrated and fielded through FY14. If you have not submitted a response to the initial RFI, please include the requested information in addition to the response requested below. The C-20 Program Office submits this 2nd RFI to further understand industry recommended solutions/availability and catalog/market prices as they pertain to a jamming-based LAIRCM system. Please respond to the following questions: 1. The Government has access to the LAIRCM "B Kits" that could be provided as GFE; however, we will consider alternative systems that might provide better value that are mature, readily available, and in production status. Please answer the following questions in regards to the above statement: a. Do you have a commercial off the shelf (COTS) system or "B Kit" readily available today? Is it in production? b. Please provide your published commercial catalog price for this system and/or "B Kit." 2. What experience have you had installing a jamming-based LAIRCM system (please disregard if you have previously addressed)? 3. Have you performed a LAIRCM, jamming-based, effectiveness analysis on a Gulfstream III/IV or similar Gulfstream aircraft? 4. What is your plan to attain Gulfstream III/IV aircraft technical information from Gulfstream Aerospace Corporation, if required? 5. If a large business (1500 employees or more), how do you plan to meet small business goals? 6. What applicable experience and successes have you had in developing/providing technical data, and acquiring FAA certification approval (i.e. STC)? Email responses are preferred; however, all information submitted will be accepted either in hard or soft copy form. The Government requests responses to this RFI to be submitted no later than 3:00 PM CST (Central Standard Time) on 21 July 2008. Respondents should identify their company's name, address, telephone number, and point of contact on packaging and title pages. Company name should appear clearly on every page of your submittal and proprietary information must also be clearly marked. Please limit responses to 20 pages or less (attachments or brochures are not to be included in the page count). RFI Response Ship to Address: OC-ALC/327ASW/727ACSG/PKG Bldg 3001 Staff Drive Post #1AD2 105A Tinker AFB, OK 73145 (Attn: Ms. Linda Cumberworth) Please refer any questions regarding this RFI to Linda Cumberworth or Lt Jacob Moreno. The information received will not obligate the Government in any manner nor will the Government reimburse contractors for any costs associated with submittal of this request for information.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c16161df1b9b11d41739bbe9aa2fc666&tab=core&_cview=1)
- Place of Performance
- Address: Not Applicable, United States
- Record
- SN01613561-W 20080716/080714222957-c16161df1b9b11d41739bbe9aa2fc666 (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 |