Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 09, 2010 FBO #3241
SOURCES SOUGHT

58 -- Joint Threat Emitter Production - SOO - Package #2

Notice Date
10/7/2010
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, OO-ALC/PKO, 6038 Aspen Ave. B1289NE, Hill AFB, Utah, 84056-5805, United States
 
ZIP Code
84056-5805
 
Solicitation Number
FA8217-11-R-JTE01
 
Archive Date
11/23/2010
 
Point of Contact
Rodney Miller, Phone: 801 586-5835, Jason Grove, Phone: 8015862246
 
E-Mail Address
rodney.miller@hill.af.mil, jason.grove@hill.af.mil
(rodney.miller@hill.af.mil, jason.grove@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
System Performance Spec Statement of Objectives Overview: This Sources Sought Synopsis is a Request for Information to assist the Hill AFB, Utah Range Threat System Program Office (RTSPO) in Market Research of Industry to determine the feasibility of a Joint Threat Emitter (JTE) Increment 1 (Block 0, Kit 1) Follow-on production effort based on a full and open competitive acquisition strategy. The RTSPO plans to award a 5-year Firm Fixed Price contract to produce a minimum of seven (7) to a maximum of fifteen (15) Threat Emitter Units (TEUs) and three (3) mobile Command and Control Units referred to as mobile (C2Us) and two (2) fixed Command and Control Units referred to as (C2Us). The original baseline JTE Increment 1 (Block 0, Kit 1) system was designed and 16 of these units were produced and delivered under a delivery order F09603-01-D-0209-QP05 to MTC Technologies, Inc. - Cage Code 9J721. The delivery period of this contract has expired without fulfilling the government's requirement for JTE systems resulting in this requirement for a JTE Follow-on production effort. The Joint Threat Emitter (JTE) Program was initiated to improve realistic Electronic Warfare Training and to replace many of the aging threat emitters that are already in the present inventory. The JTE must be reliable, mobile, affordable, re-programmable, modular, remotely operated, easily maintained, and operated with minimum amount of manpower. To reduce the costs of re-design, re-testing and to limit the logistics/sustainment trail, these units must follow the original production baseline produced under the contract stated above in form, fit and function as closely as possible. The JTE Follow-on program objectives as described in the JTE Capability Production Document (CPD) dated 18 May 2006, draft JTE Follow-on System Performance Specification dated 8 Oct 2010 and draft JTE Statement of Objectives, dated 4 Oct 2010 are: (1) produce and test a replacement system that meets the requirements of the JTE CPD, JTE System Performance Specification and available production documents and drawings; (2) re-qualify the updated design, (3) Establish a new production baseline, (4) install and integrate the systems into Primary Training Ranges (PTR), Electronic Scoring Sites (ESS) and Large Force Exercise Ranges (LFER), (5) Interim Contractor Support (ICS) for a limited period (Government's long-term sustainment strategy is organic), (6) Limited field training and support and (7) Complete re-procurement data package. The program office needs to determine the scope of a Follow-on program based on available data package for the number of JTE units identified in the first paragraph to include (1) design, (2) development, (3) test, (4) integration, (5) production, (6) range integration, (7) familiarization training, (8) ICS and (9) re-procurement data package. If another pricing arrangement other than Firm Fixed Price or a combination of pricing arrangements is recommended, the contractor must identify specific tasks with supporting rationale that would not be considered Firm Fixed Price. The responses must clearly identify (with supporting rationale) how they have the ability to meet the Follow-on program requirements without a complete JTE Block 0, Kit 1 technical/software package from the Government. At a minimum, the technical data and software necessary for compatibility with the JTE Increment 1 that cannot be released due to limited and/or restricted rights includes: - Threat Emitter Unit Signal Generator (CEESIM) software - Range Data Integration Processor components of the Command & Control subsystem software - Mission Situation Awareness Terminal components of the Command & Control subsystem software - Transmitter controller software Request contractor responses to include the following: - Identify if the company is a small-business and/or meets any other unique classification (e.g. 8(A)). - Prior experience in similar industry and/or similar systems - Identify limitations with Government provided technical data package - Describe ability to produce with no quantity limitations - Rationale if another pricing arrangement is recommended - Recommended incentives - Schedule for key activities (PDR, CDR, tests, production unit delivery, etc). Assume production unit delivery based on number of units identified above over a 5 year period. - The maturity of any technologies proposed - Risk reduction efforts used for proposed development, prototype, test and production effort - Lead time for 1st production unit delivery after contract award (1 TEU and 1 mobile C2U) - Program cost estimate (ROM) - Cost of each production unit (TEU, mobile C2U and fixed C2U) from one (1) produced per year, up to eight (8) produced each year with quantity savings, if any. - Clearly identify Development and Production costs (to ensure right color of money is programmed). - Recommended allocation of funds (time-phased over 5 years) with 2nd Qtr 2012 estimated start date. - Technical data rights. Identify any data, hardware or software that would have less than Government purpose rights and a ROM for providing rights on more than what the Government would automatically be entitled to. Email responses in contractor format with no page limit to the point of contacts listed below. Responses should not require special software programs such as CAD, ICAD, etc to view. Recommend submitting in Microsoft Word, PPT and Excel file format. Upon request, the program office will release a DVD containing specific JTE Follow-on Program Acquisition and Technical Documentation to include: the Capabilities Production Document (CPD), System Performance Specification (SPS), Statement of Objectives (SOO), Contract Data Requirements List (CDRLs), partial Technical Data Package (drawings, system interface documentation, etc.) previously developed under contract delivery order stated above. Requests must be made through the contracting office points of contact listed below and include Military Critical Data Certification Number and expiration date (approved Form DD2345) and self addressed envelope sized adequately for a DVD. Please respond to: Department of the Air Force, Air Force Materiel Command, OO-ALC/GHSKC; Attn: Rodney Miller; 6039 Wardleigh Road, Bldg. 1206; Hill AFB; UT 84056-5838 (or e-mail: Rodney.Miller@hill.af.mil) Phone: 801-586-5835. This is not a Request for Proposal 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 and reviewed, and may be used to develop an RFP for development of the threat emitter. Point of Contact: Rodney Miller, Contracting Officer; see phone number and additional details under the "Please respond to:" section above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/75/FA8217-11-R-JTE01/listing.html)
 
Place of Performance
Address: TBD, HAFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN02307602-W 20101009/101007233905-34161ccedf12c1d2b4c242d6caf6e1f2 (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.