Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 19, 2010 FBO #3009
SOLICITATION NOTICE

16 -- B-1B BLOS/SAE/DCI/LCTP T-1 MODIFICATION

Notice Date
2/17/2010
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Ms Johnetta Moore812 AESG/SYK2090 Loor Rd WWright-Patterson AFB, OH 45433
 
ZIP Code
45433
 
Solicitation Number
PIXS6434
 
Response Due
3/9/2010
 
Archive Date
3/30/2010
 
Point of Contact
Lindsey Scott, 9376565053
 
E-Mail Address
lindsey.scott@wpafb.af.mil;stephen.pearson@wpafb.af.mil
(lindsey.scott@wpafb.af.mil;stephen.pearson@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The B-1 program office (812 AESG), Aeronautical System Center(ASC), Wright Patterson AFB, OH is requesting market research informationfrom Industry for experience in design solutions and modification of theBLOS/SAE/DCI/LCTP T-1. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. It isnot a Request for Proposal, Request for Quotation, an Invitation for Bids, asolicitation, or commitment by the B-1 program office to contract for itemscontained in the RFI. The Government will not pay respondents forinformation in response to this RFI. The B-1B uses a Panasonic CF-30Glaptop in the BLOS/SAE/DCI/LCTP T-1 installation and over the years, the T-1has had continued trouble in maintaining the cables that are connected tothe installed laptop which is installed in both front and aft B-1 crewstations. The Government is contemplating the award of an installationdesign, procurement and installation of a Panasonic CF-30Gcompatible/certified COTS laptop docking station at both stations.Contractors will be required to design an installation for both front andback crew station to include design reviews; analyze the design regardinghazards, structural and weight and balance; develop required on aircrafttest plans and accomplish the test; update technical orders and technicaldirectives; procure installation designed hardware kits; and install thekits on location which will require assembling a qualified installationfield team that have the proper security clearances to perform work on theB-1B. Please provide answers to the following questions. Your responseswill be used in a market research for this acquisition. Please limit yourtotal response to no more than three pages. Please send responses withcontact information (telephone, fax number and email) via email no more than14 days after initial publication to: Lindsey.scott@wpafb.af.mil 1. Pleaseelaborate on one page or less why you believe you are qualified to do thework. (Included similar work performed in the past.) 2. Provide any othercomments that will help us further understand your interest in the proposedeffort. 3. Will you respond to this solicitation if and when a RFP isreleased? (please note this is non-binding on your part, as it isunderstood that you cannot make such a determination until you fully reviewthe details of such RFP, including the Government Terms and Conditions).THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. This is a market researchtool to determine the availability and adequacy of potential sources.Sources responding to this announcement should indicate their size,particularly if they are small business, a woman-owned business, a HUBZonesmall business, a service-disabled veteran owned small business or in the 8(a) program. The North American Industry Classification System (NAICs)code is 336413, Other Aircraft Parts and Auxiliary Equipment Manufacturingapplies to this acquisition with a size standard of 1,000 employees. If youlack sufficient experience in a particular area, please provide detailsexplaining how you would overcome the lack of experience/capability in orderto perform the portion of the requirement. Please inform us if your firmintends to perform work as the prime contractor or if you desire tosubcontract with a prime contractor. Note that a key factor in determiningan acquisition to be a Small Business set aside is that small business primecontractors must perform at least 50% of the effort, as defined in FederalAcquisition Regulation (FAR) clause 52.219-14, Limitations onSubcontracting. All questions should be directed to the contracting officer,Ms Johnetta Moore, 812 AESG/SYK, 937-656-5073, Johnetta.moore@wpafb.af.mil For more information on "B-1B BLOS/SAE/DCI/LCTP T-1 MODIFICATION", please refer to:https://pixs.wpafb.af.mil/pixs_solicitation.asp?id=6434
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/PIXS6434/listing.html)
 
Record
SN02067581-W 20100219/100217235313-68be684e7d19070fcaa359816a5fb5c1 (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.