SOURCES SOUGHT
16 -- Request for Information (RFI) for A-10/F-16 Three-Dimensional Audio System/Subsystems (3D Audio)
- Notice Date
- 5/27/2010
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- 146th MSG/MSC, 119 Mulcahey Drive, Port Hueneme, CA 93041-4011
- ZIP Code
- 93041-4011
- Solicitation Number
- W9133L-10-RFI-3DAUD
- Response Due
- 6/25/2010
- Archive Date
- 8/24/2010
- Point of Contact
- Jon Ransom, 520-295-6938
- E-Mail Address
-
146th MSG/MSC
(jon.ransom@ang.af.mil)
- Small Business Set-Aside
- N/A
- Description
- A-10/F-16 Three-Dimensional Audio System/Subsystems As prescribed in FAR 15.209(c), the following provision is inserted: IAW FAR 52.215-3 --Request for Information (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation 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. (b) Although proposal and offers are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of identifying information on A-10/F-16 Three-Dimensional Audio System/Subsystems that have already been developed or may be modified from other Aerospace Industry solutions to meet the agency requirements as listed below: AATC is issuing a Request for Information to determine potential sources and information on existing Three-Dimensional Audio System/Subsystems suitable for Air National Guard (ANG) and Air Force Reserve Command (AFRC) A-10 and F-16 aircraft. This announcement is for market research and does not constitute an RFP. This is not an R&D request. AATC is seeking information and sources for providing a readily available three-dimensional audio system using the latest Military and/or Commercial off-The Shelf (COTS) technology with minor modifications as part of an Operational Utility Evaluation effort (OUE). Any three-dimensional audio system must include provisions and plans for permanent installation in such a configuration that maximizes form-fit replacement of existing systems to the maximum extent possible. Three-dimensional audio system will be federated from aircraft operational flight program (OFP) to maximum extent possible. Preference is for hardware and software which can be owned, managed, and modified by USAF for other potential applications. Objective of OUE is to demonstrate and validate potential solutions for recommendation for fielding options in near future or 2-5 years. Actual fielding decision is beyond the scope, intent, or authority of this RFI or OUE. Three-dimensional audio system requirements: Threshold: 1. Digital intercom system upgrade 2. Active and electronic noise reduction 3. Three-dimensional spatial separation for up to four audio channels 4. Three-dimensional auditory threat cueing from aircraft missile warning system and radar warning receiver. Objective: 1. Three-dimensional auditory cueing to aircraft formation via data link. Platform requirements: Threshold: A-10C Objective: F-16B30. Request cost delta of non-recurring engineering (NRE) for additional integration on F-16B30 be listed separately from A-10 cost. Interested parties capable of providing this three-dimensional audio system, which meet or exceed the above requirements, shall provide a Statement of Capability (SOC) that demonstrates the existing capability to provide, modify, and sustain the system and a description of system capabilities. A rough order of magnitude (ROM) is requested as part of the RFI and will be used as market research. The ROM should be broken out to the lowest level possible and include if applicable: Group B cost/unit, Group A kit(s) cost/unit, and installation costs/aircraft. The SOC shall be unclassified and the information submitted should be pertinent to, and identify system(s) capability as related to the technical effort requested above. A limit of fifty (50) pages is imposed for the responses. Responses should be received by close of business 25 June 2010. Please e-mail all Information and SOC to the Contracting Officer, SMSgt Jon D. Ransom, at jon.ransom@ang.af.mil. For programmatic questions or technical questions contact Major Rogelio Maldonado at rogelio.maldonado@ang.af.mil. This synopsis is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to directly pay for any information or responses submitted as the result of this synopsis. Responses due by 25 June 2010, 12:00 P.M. MST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04-4/W9133L-10-RFI-3DAUD/listing.html)
- Place of Performance
- Address: AATC/DTC 1600 E Super Sabre Dr Tucson AZ
- Zip Code: 85706
- Zip Code: 85706
- Record
- SN02162821-W 20100529/100527235657-3d34914e39a33c9425c177fa9323ac28 (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 |