MODIFICATION
99 -- AN/TYQ-23(v)5 Voice Communication Access System-Touchscreen (VCAS-TS)
- Notice Date
- 5/3/2010
- Notice Type
- Modification/Amendment
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
- ZIP Code
- 84056
- Solicitation Number
- FBOVCAS011410
- Point of Contact
- Jody L Lindley, Phone: 801- 586-9128, James G Thiros, Phone: 801-586-7675
- E-Mail Address
-
jody.lindley@hill.af.mil, james.thiros@hill.af.mil
(jody.lindley@hill.af.mil, james.thiros@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THE PURPUSE OF THIS AMENDMENT IS TO IDENTIFY THAT THIS REQUIREMENT IS ANTICIPATED TO BE LIMITED COMPETITION AS A RESULT OF THE REQUIREMENT TO USE A BRAND NAME COMPUTER (DUROS 1002) AS A COMPONENT. Description This Sources Sought Synopsis constitutes a request for information to assist the Air Force in conducting market research of industry to identify potential sources that meet Air Force requirements. 500 CBSS/GBLB, the Ground Theater Air Control-System Support Office (GTACS-SSO) located at Ogden Air Logistics Center (OO-ALC) is requesting information from all businesses to assist in the planning for the acquisition of Voice Control Access System -Touchscreen (VCAS-TS)hardware for the AN/TYQ-23 (v)5 operations module (OM). Any set aside and small business programs decisions will be made after market research is complete. Background a. Current AN/TYQ-23 (v)5 trackball/mouse arrangement does not allow operators to effectively manipulate command assets to coordinate/deconflict air space issues during peak flying times. Operators cannot control the mouse rapidly enough to perform the various switch actions required for manipulating the air picture and connecting them via telephone and radio to aircraft and outside air traffic control, command and control, and sister service organizations. The Modular Control Equipment (MCE), AN/TYQ-23(v)5, was produced for the United States Air Force (USAF). Seventy MCE OMs' were functionally upgraded from the (v)3 version and remain in active service. b. The previous version of the OM (TYQ-23(v)3) had separate touchscreen panels for communication control and air picture manipulation, allowing the operator to use both hands to control these functions. The current configuration places both of these functions on one screen, controlled by one mouse/trackball. c. The (v)3 to (v)5 upgrade included the capability to integrate software applications, running on the open architecture internal or external System Server Unit (SSU) with the native OM operational software system running in the legacy AYK­14 Computer Units (CUs). d. In 2006, Northrop Grumman Engineering Systems (NGES) developed an engineering solution for the VCAS-TS to address the above requirement which was incorporated into the AN/TYQ-23(v)5. The Air Force will use that engineering solution for fleetwide modifications to the entire AN/TYQ-23 fleet (70ea systems). The Air Force's immediate VCAS-TS requirement will meet the specific government technical drawing package, which will be provided. Requirements a. Produce, and deliver (76ea) VCAS-TS kits for the AN/TYQ-23 (v)5 OM per the VCAS-TS Technical Drawing Package (TDP) provided by the US Government (USG). The first production unit will be the First Article. Relevant CDRL's will be provided. Delivery Quantity First Article 1 EA Initial Production Buy 15 EA Option Year I 60 EA b. This is not a new design effort and will not address any current system deficiencies or implement corrections. c. No changes to VCAS -TS computer operating system or applications software are anticipated. d. Master copies of the new firmware for this kit will be provided by the USG and the contractor shall accurately reproduce the firmware in the quantities required (as part of kit delivery). e. The contractor shall develop Special Packing Instructions (SPI) for the VCAS-TS Kit IAW MIL-STD-2073, Appendix E. The USG will approve the SPI. The contractor shall package the VCAS-TS Kits IAW the approved SPI. Requested Responses Each interested entity that has the capability to meet the production requirements for VCAS-TS hereby has the opportunity to provide supporting rationale to that effect. Each interested entity that has the capability to meet any specific (or all)of the requirements is requested to provide the following information to help the Air Force determine prospective contractors: a. Please provide formal responses to the tasks listed below. Address your capabilities to accomplish the tasks and provide highlights of successful past experience on similar government contracts within the past 10 years. List name of contract, contract number, and assigned Administrative Contracting Office (ACO) name and phone number for past experience. b. Describe, as a kit assembler, your current capability and experience with meeting manufacturing needs/requirements : i. Quality Program Management processes ii. Risk management to achieve program objectives iii. System operation capabilities iv. Engineering capabilities c. Verify that the requirement (including the computer/monitor) meets the definition of kit assembly under FAR 19.102(f)(2) and Code of Federal Regulations Title 13, para 121.406 (c), or provide rationale as to why it would be a manufactured or non-manufactured item under the FAR 19.102 and Title 13, para 121.406 definitions. d. Identify if your company's delivery would be a commercial item as defined by FAR part 2 (and provide appropriate rationale if the answer is "yes") e. Are you a kitting company? f. What size is your business? g. What is your socio-economic? h. If your company is a small business for this requirement, you must identify (and verify) how they meet the requirements of FAR 19.102(f) and Code of Federal Regulations Title 13 part 121.406. i. If your company is part of a small business program, you must provide verification. Responses to this RFI are requested by close of business on 11 May 2010. All responses shall be unclassified and reviewed to ensure consideration of operational sensitivities. No phone responses will be accepted. Note that a request for proposal would include requirements that are more detailed than what is identified in this Sources Sought synopsis. This is not a request for proposal (RFP) or an invitation for bid, nor is it to be construed as a commitment by the government. The government does not intend to make an award on the basis of this sources sought synopsis/request for information or otherwise pay for the information solicited herein. Copies of the submitted information will be reproduced an review may be used to develop a request for proposal. Correspondence All RFI responses and correspondence related to this matter should be e-mailed to the Department of the Air Force at the email address below. Primary: Contract Specialist: Jody Lindley Email: jody.lindley@hill.af.mil Phone: 801-586-9128 Fax: 801-586-1287 Secondary: Contracting Officer: James Thiros Email: james.thiros@hill.af.mil Phone: 801-586-7675 Fax: 801-586-1287 Other Relevant Information Place of contract performance is within the United States in support of 500 CBSS/GBLB, 6039 Wardleigh Rd, Hill AFB, Utah 84056-5838, United States. This does not imply that Buy American Act or Trade Agreement Act clauses may not be used to allow purchase from other allowed countries. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2010-01-20 15:04:49">Jan 20, 2010 3:04 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2010-05-03 15:21:54">May 03, 2010 3:21 pm Track Changes If the Contractor would like to request a copy of the Technical Data Package (TRD) or drawings/specs they can be provided. Please contact Jody Lindley at the address above for the link.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FBOVCAS011410/listing.html)
- Place of Performance
- Address: 500 CBSS/GBLB, 6039 Wardleigh Rd, Hill AFB, UT 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN02138514-W 20100505/100503234605-b340fe54224e767551a3294354acc9cf (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 |