SOURCES SOUGHT
58 -- Non-developmental Personnel Locator Beacon - Request for Information (RFI) - Requirement Document - Performance Specification
- Notice Date
- 12/13/2013
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WG, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- WNUK-14-004
- Archive Date
- 1/28/2014
- Point of Contact
- Jessica A. R. Tucker, Phone: 9379383800
- E-Mail Address
-
jessica.tucker.3@us.af.mil
(jessica.tucker.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Specification for Non-developmental Personnel Locator Beacon Requirement document for Non-developmental Personnel Locator Beacon Request for Information for Non-developmental Personnel Locator Beacon Synopsis: 1. The Air Force Life Cycle Management Center (AFLCMC) Human Systems Division (AFLCMC/WNU) is conducting market research to identify, as potential sources, companies that may possess the expertise, capabilities, and experience to respond to the requirements listed in this document. AFLCMC is issuing this Request for Information (RFI) to explore cost effective options to provide this capability. This is an RFI only in accordance with Federal Acquisition Regulation (FAR) 52.215-3 - Request for Information or Solicitation for Planning Purposes (Oct 1997). This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. 2. AFLCMC is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this RFI. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this RFI will be solely at the responding party's expense. 3. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Small Businesses are encouraged to provide responses to this RFI in order to assist AFLCMC in determining potential levels of competition available in the industry, as well as helping to establish a basis for developing any subsequent potential subcontract plan goal percentages. The acquisition strategy is still being determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition. If it is a small business set-aside, FAR 52.219-14, Limitations on Subcontracting will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they could comply. 4. If there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate, and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value as well as supporting rationale for the recommended percentage. 5. Companies may be contacted if we need further information to fully understand the marketplace. 6. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor the FedBizOpps (FBO) site for additional information pertaining to this RFI. 7. Responders are solely responsible for all expenses associated with responding to this inquiry. This announcement is not to be construed as a formal solicitation. It does not commit the government to reply to information received, or to later publish a solicitation, or to award a contract based on this information. Performance Requirements: The Air Force seeks to identify firms with capabilities to provide/manufacture a readily available, non-developmental Personnel Locator Beacon with the following capabilities: Integrate with ACES II ejection seats and BA-series back style parachutes with NO modifications The PLB will not require aircraft cockpit modification The only integration required with other equipment will be less than or identical to the existing URT-33/URT-44 series emergency locator beacons When the PLB is stored in the parachute or survival kit, the flexible antenna must be routed through kit container fabric loops or parachute riser flute as applicable to a storage pocket within the container/parachute System will be compatible with COSPAS/SARSAT T.0001/T.0007, with a COSPAS/SARSAT letter of compliance Automatic & manual activation: automatic mode - activates the PLB upon man/seat separation (ejection) or upon parachute deployment, manual mode - enables the user to activate the beacon through the use of an on/off switch Mode selector switch will enable the user or technician to easily switch between automatic and manual modes In the ejection seat configuration, the mode selector switch must be readily accessible/visible to the user during flight or on the ground. The mode selected must be clearly marked and visible to the technician or user on the ground and during flight Transmit on internationally recognized emergency frequencies (121.5, 243.0, and 406 MHz) Transmit on 406 MHz and sequentially on all hardwired frequencies Transmit a modulated swept tone signal on 121.5 MHz, 243.0 MHz, and a phase pulse digital signal on 406 MHz in accordance with STANAG 7007 (2008) and C/S T.001/T.007 (2012) Ability to transmit on 406 MHz only and sequentially on all frequencies factory loaded in the device 406 MHz Global Positioning System (GPS) Accuracy. <100 meters with embedded GPS receiver. Each PLB will transmit on 406 MHz with a unique identification and programmable number/code according to C/S T.001/T.007 The 121.5 and 243.0 MHz swept tone will be capable of being received LOS by an aircraft flying at 10,000 ft. AGL, 60 nautical miles away The PLB will be equipped with an external light (i.e. LED) to indicate to the user the device is transmitting The PLB must meet operational temperature range as specified in C/S T.001/T.007 for Class 2 beacons The PLB must meet a non-operational temperature range of -40C to +85C during its service life The system will be compatible with environmental conditions associated with flight/ejection/bailout/crash landing in accordance with MIL-STD-810G, MIL-STD-461 and MIL-Hdbk-310 The PLB will be capable of operation after 2 hours of exposure to 1 meter of fresh/salt water and after 5 minutes of exposure to 25 feet of fresh/salt water Will not interfere with the proper ejection sequence or parachute deployment sequence Meet Class 2 beacon operational battery life as specified in C/S T.001/.007 The battery will have a minimum shelf-life of 5 years from date of manufacture. It will provide a minimum 3 years of service life. The PLB must conform to the fit, form, and function of current URT-33/URT-44 series beacons installed in seat kits and BA-series back style parachutes Subdued coloring The system will function as designed throughout the full performance envelope of all assigned Air Force aircraft The system will not interfere with operation of the ejection seat and all existing man/seat/aircraft disconnects during ejection The device will not interfere with safe normal and emergency egress The minimum system reliability shall be no less than 99.5% during its service life The MTTR of the repairable system components shall be 0.5 hr The service life for the PLB will be a minimum of ten years No increase in aircrew training is anticipated. As the PLB will be operated in a nearly identical manner as the existing beacon, the impact on the current curriculum and procedures is expected to be negligible. No increase in technician training is anticipated as the system is similar to currently fielded systems. The system and its components must be compatible with current and planned Aircrew Flight Equipment System must be able to survive/operate in all anticipated threat environments, to include chemical, biological, or radiological warfare environments. The system must be capable of being decontaminated to a safe level for reuse. The system must be operable by aircrew wearing CBRN gloves. The support infrastructure for the PLB will be similar to the existing URT-33/URT-44 beacons. The system will be highly portable using standard mobility storage containers and require a minimal forward logistics footprint. The system will use existing transportation processes, both military and commercial, to expedite shipment between operating locations and repair depots. Fault diagnosis will be initiated through a Built-In-Test (BIT). BIT exercises all circuits and transmits a test encoded message over the COSPAS-SARSAT system at 406MHz. The go/no- go results of the BIT will be indicated by an external light on the actual beacon. Removal, repair and replacement (antenna, battery, headphones, etc...) will be accomplished using common shop tools. Technical orders (TOs), user manuals, and vendor documentation for integration/operation and repair will include illustrated parts breakdowns, parts listings, and diagrams, theory of operation, maintenance, and troubleshooting guides. The Technical Manual supplied by the vendor will be used as a baseline for the development of a USAF Technical Order (TO). Technical orders will be delivered in digital format and will be fully compatible with the Joint Computer Aided Acquisition and Logistics Support System (JCALS) As part of your response, please provide the beacon's weight, dimensions, transmitting power, battery type, battery life (to include transmitting duration at various temperatures), reliability data for both the beacon and its battery, environmental test summaries, and a list of current users and aircraft. Please provide a rough order of magnitude (ROM)/published price list along with capability statements for the personnel locator beacon as a complete unit or as separate components. The manufacturer must be able to produce the beacon without additional technical data from the government. Interest is in product availability within the next two to six months and can support a production range of 1,000 per month. RFI Responses: 1. Please provide your RFI responses to jessica.tucker.3@us.af.mil and elizabeth.bryant@us.af.mil by 12:00pm EST on 13 January 2014. Title e-mail responses in the subject line of the e-mail as follows: "Response to Personnel Locator Beacon RFI# WNUK-14- 004. 2. Please limit your responses to no more than 15 pages and identify a representative to support further Government inquiries and requests for clarification of the information provided. Marketing materials are considered an insufficient response to this RFI. 3. Verbal questions will NOT be accepted. All questions will be answered via posting answers to this FBO website; except as provided above. Additionally, questions must NOT contain trade secrets or classified information. The Government reserves the right to not address questions received after 6 January 2014. 4. Respondents should indicate which portions of their responses are proprietary and should make them accordingly. All information received in response to this RFI that is properly marked as "proprietary" will be handled accordingly. Proprietary information must be clearly marked on the outside container and on the materials inside. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. Additional Information: Responses shall include the following information: 1. Company/Institute name 2. Address 3. Point of Contact 4. Cage Code 5. DUNS Number 6. Phone Number 7. E-mail Address 8. Web page URL 9. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The North American Industry Classification System (NAICS) Code for this action is 334220, size standard 750 employees. Based on the NAICS Code, state whether your company qualifies as a: a. Small Business (Yes/No) b. Woman Owned Small Business (Yes/No) c. Small Disadvantaged Business (Yes/No) d. 8(a) Certified (Yes/No) e. HUB Zone Certified (Yes/No) f. Veteran Owned Small Business (Yes/No) g. Service Disabled Small Business (Yes/No) h. Economically Disadvantaged Women-Owned Small Business (Yes/No) i. Central Contractor Registration (Yes/No) j. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership). k. Provide prospective small business utilization percentages (if the acquisition is not set- aside for small business) 10. COSPAS/SARSAT Letter of Compatibility 11. Manufacturing Processes to include subcomponents and subcontractors 12. MIL-STN-810 Test Data 13. Production lot testing trends/data 14. Battery Manufacturer Data 15. Detailed Design Drawings Contracting Office Address: Bldg. 12 1981 Monahan Way Wright-Patterson AFB, Ohio 45433 United States Primary Point of Contact: Jessica Tucker Contract Negotiator jessica.tucker.3@us.af.mil Phone: 937-938-3800 Secondary Point of Contact: Elizabeth Bryant Contracting Officer elizabeth.bryant@us.af.mil Phone: 937-938-3748
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/WNUK-14-004/listing.html)
- Record
- SN03252051-W 20131215/131213235154-e64fcaf755ddeb70198ac4ebd9008e32 (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 |