SOLICITATION NOTICE
R -- Electronic Attack (EA) Pod Upgrade Program (PUP)
- Notice Date
- 11/5/2010
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8540-11-R-30011
- Point of Contact
- Charles T. Massey, Phone: 478-926-7443, Timothy (Tim) G Hudson, Phone: (478)926-3018
- E-Mail Address
-
charles.massey.1@robins.af.mil, timothy.hudson@robins.af.mil
(charles.massey.1@robins.af.mil, timothy.hudson@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- WR-ALC/GRWKB anticipates issuing a solicitation for the Electronic Attack (EA) Pod Upgrade Program (PUP). Following is a brief description of the anticipated effort: This effort anticipates design and production upgrades to either the ALQ-131(V) or ALQ-184(V) to increase capability against legacy, upgraded and modern threat systems. The anticipated upgraded EA pod configuration shall meet the performance requirements of the anticipated PWS and will require the incorporation of receiver signal trackers and Digital Radio Frequency Memory (DRFM). The anticipated upgraded EA pod configuration shall be based on the incorporation of Critical Technology Elements that have been previously demonstrated in a relevant environment. The anticipated objective of this effort is to design, fabricate, integrate, install, document, and test the modification in the upgraded system prior to full scale production. This anticipated modification will entail the design and documentation of the upgraded pod hardware (H/W) and software (S/W), the qualification and design verification testing of the hardware and software, performance of a pod reliability growth program, identification of required Organizational (O-), Intermediate (I-), and Depot (D-) level Support Equipment (SE) changes, design and test of SE modification kits, revision of SE documentation, and revision and publication of pod and SE technical order changes. During the anticipated Engineering Manufacturing and Development (EMD) portion of this effort the contractor shall build, modify and deliver four (4) prototype upgraded pods and two (2) modified sets of SE (to include any new SE hardware required) for use in development and testing. As an anticipated option on this effort, the contractor shall produce seven (7) Production Representative Articles (PRA) upgraded pods and four (4) updated SE kits to be used during developmental/operational testing. Upon successful completion of the anticipated EMD phase, anticipate the contractor shall produce and test upgraded pods with an anticipated contract option with an estimated production total of 500, anticipated to be spread over 2 to 3 years. Notes 8, 26 The Government anticipates a full and open competition using FAR 15 Contract by Negotiation as the basis. The Government anticipates a source selection using the Tradeoff process by FAR 15.101-1 to gain the best value. ALL questions regarding this synopsis must be submitted in writing via email to the Contract Specialist, Charles.Massey.1@robins.af.mil with a copy to the Contracting Officer, Tim Hudson at Timothy.hudson@robins.af.mil No other Government official other than the above Contract Specialist and Contracting Officer shall be contacted with information regarding this synopsis and anticipated effort. The Government anticipates uploading draft documents at different times. Before releasing the final Request for Proposal, the Government may desire industry to provide comments to all draft documents. Provided below is information on how to obtain draft documents when they become available. Only contractors with valid security clearance will be able to view the draft PWS and draft Performance Specification. Contractors without valid security clearance will not be able to access the information. To access export control for draft documents: Three things. 1. Registered at CCR http://www.ccr.gov/Default.aspx 2. Registered at JCP and approved to view export control https://www.dlis.dla.mil/jcp/Default.aspx 3. Registered at FBO https://www.fbo.gov/ All using the same cage code. To access the classified documents, the following must be accomplished: 1. The contractor's facility and reviewing personnel must have a valid security clearance level. 2. Send request to Primary or Secondary Point of Contact listed below. 3. Request should include name, address, Cage code from requesting office, and phone number. 4. Upon receipt of all information, security clearance will be verified for the facility and personnel. 5. Upon clearance level verification, Performance Specification will be delivered via mail or electronically via SIPRNET or via CD-ROM. 6. Upon receipt of material, potential contractors will have a specified amount of time to review and then return or destroy documents. Proof of destruction will be required following NIPSOM 5-703. Personnel clearance to support classified work must be at a level commensurate with the requirements - Contractor personnel will require DoD security clearances at least at the SECRET level for key personnel. Handling of material up to a SECRET is required. SECRET Facility Clearance is required. Classified information system processing approval to operate (ATO) up to at least SECRET level is required. Storage Clearances of at least the SECRET level are required. US Citizenship is required. Contractors must follow the anticipated DD254. FAR 4.402 gives guidance on requirements for classified information. Clause 52.204-2 applies to information access on "Secret" information. All questions regarding the anticipated draft documents must be submitted in writing to Charles.Massey.1@robins.af.mil with copy to Tim Hudson at timothy.hudson@robins.af.mil when it becomes available. NO TELEPHONIC QUESTIONS. All unclassified/non-sensitive questions and answers will be uploaded to www.fedbizopps.gov. However, the identity of the potential offeror will not be included. Offerors are encouraged to register to receive notification for any further information regarding this effort and to check FEDBIZOPPS site regularly. For assistance in interpreting the FBO announcements, please see the FBO Vendor's Guide.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8540-11-R-30011/listing.html)
- Record
- SN02323511-W 20101107/101105234139-a119dd04e44da5076fffbb277b24ecb1 (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 |