Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
SOURCES SOUGHT

16 -- Embedded GPS and INS (EGI)

Notice Date
5/27/2010
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8626-10-R-ZZZZ
 
Point of Contact
Brad A. Donaghue, Phone: 9376566815, Thomas S. Rickey, Phone: 9372555585
 
E-Mail Address
brad.donaghue@wpafb.af.mil, thomas.rickey@wpafb.af.mil
(brad.donaghue@wpafb.af.mil, thomas.rickey@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Embedded Global Positioning System/Inertial Navigation System This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the government requirements to perform production, sustainment, modification, and engineering support for platform specific Embedded Global Positioning System (GPS)/Inertial Navigation Systems (INS) (EGI) units for the following platforms for 647 AESS: USAF: A-10, F-15, F-16, KC-135, E-3 ARMY: AH-64, OH-58, MH-60, MH/AH-6, CH-47, MH-47, UH-60, SOA P3I NAVY: AH-1W, AH-1Z, UH-1Y, EA-6B, LCAC, FA-18, H-53, S-3B, C-2A, UCAS, VH-60N, E-2C, CH-46E COAST GUARD: HH-60J, MH-F60T. CAUTION: The level of security clearance and amount of foreign participation in this requirement has not been determined. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. INSTRUCTIONS: 1. Below is a document containing a description of EGI requirement and a Contractor Capability Survey, which allows you to provide your company's capability. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Questions relative to this market survey should be addressed to Thomas Ricky, (937) 255-5585. REQUIREMENTS DESCRIPTION Embedded Global Positioning System/Inertial Navigation System PURPOSE/DESCRIPTION We are conducting market research to identify potential sources that may possess the expertise, capabilities, and experience to meet the government requirement to perform production, sustainment, modification, and engineering support for platform specific EGI units. Our acquisition strategy is to procure EGI's from fall of 2010 through CY11 for the 647 AESS. The projected unit quantities for production must range from 400-600 per year. The projected unit quantities for repairs must be in the range of 600-800 per year with 120 days or less. Potential sources must have EGI system that meets the requirements and capabilities to incorporate the unique integration requirements of the platforms. These contracts will include acquisition and sustainment of integration and production units, missionization/modification of software and hardware for platform specific interfaces, integration/flight test support, technical support following missionization and integration efforts, engineering studies, and contractor depot repair. Technical capability growth will be achieved through potential engineering change proposals and modifications for enhanced EGI capability including but not limited to Selective Availability Anti-Spoofing Modules (SAASM), next generation Inertial Navigation Components, Joint Precision Approach and Landing System (JPALs), and Military GPS User Equipment (MGUE). The government does not possess a technical data package due to the proprietary rights of the EGI with the current vendors. CONTRACTOR CAPABILITY SURVEY Embedded Global Positioning System (GPS)/Inertial Navigation System Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: Leave this blank BC will provide Based on the above NAICS Code, state whether your company is: • Small Business (Yes / No) • Woman Owned Small Business (Yes / No) • Small Disadvantaged Business (Yes / No) • 8(a) Certified (Yes / No) • HUBZone Certified (Yes / No) • Veteran Owned Small Business (Yes / No) • Service Disabled Veteran Small Business (Yes / No) • Central Contractor Registration (CCR). (Yes / No) • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Written responses, no facsimiles or e-mails please, must be received no later than close of business Tuesday, 15 June 10. Please mail two (2) copies of your response to: 647 AESS/PK Attn: Brad Donaghue 2145 Monahan Way WPAFB, Oh 45433-7017 Questions relative to this market research should be addressed to Thomas Ricky, (937) 255-5585. Part II. Capability Survey Questions In this section, tailor the questions to your program. Below are sample questions. Please number your questions in your final draft so vendors can relate their information to the specific question. Not all of the questions will apply to every program. Your requirement is unique to your customer and you may need to generate additional questions to adequately address your requirement. There is no limit to how many questions may be presented in the questionnaire, but keep in mind vendors are not being reimbursed for responding to the survey so the more information you ask for the less interested they will be in responding to your survey. General Capability Questions: 1. Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 3. Describe your company's capabilities for generating, handling, processing and storing classified material and data. 4. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 5. What is your company's current maximum production capacity per month? Provide information on any facility reserves you may possess to increase production capacity in the event of an immediate need do to critical operational mission requirements. Hardware Production Questions: 1. What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9000, QS-9000, EIA-599, or otherwise)? Engineering Services and Software Development Questions: 1. Describe your capabilities and experience in managing software development projects, including subcontractor involvement. Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis and cost management. Repair Questions: 1. Describe your capabilities and experience in modifying existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment. 2. Describe your capabilities and experience in developing/modifying repair or maintenance procedures. Include associated upgrade of technical orders and preparation of new technical orders. 3. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? 4. Describe your process for maintaining inventory records and reporting on hand/in work balances and repair status to your customer. Commerciality Questions: 1. Are there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 2. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8626-10-R-ZZZZ/listing.html)
 
Place of Performance
Address: Contractor Facility, United States
 
Record
SN02163123-W 20100529/100527235926-4e24943f111c575e48ca81eaf771d2bf (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.