SOURCES SOUGHT
A -- Research and Development, Exploitation Software and Engineering Services
- Notice Date
- 3/10/2014
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8224-14-R-SDLS
- Archive Date
- 4/8/2014
- Point of Contact
- Brett D. Simpson, Phone: 8017775081, Shauna A. H. Lyon, Phone: 8015869165
- E-Mail Address
-
brett.simpson@hill.af.mil, shauna.lyon@hill.af.mil
(brett.simpson@hill.af.mil, shauna.lyon@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS: Research and Development in Physical Engineering, Life Sciences, Social Sciences and Humanities; Engineering Services and Machine Shop Services Solicitation Number: Notice Type: FA8224-14-R-SDLS Sources Sought NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential University Affiliated Research Centers (UARCs) or other sources of meeting the Government requirements. All responses will be used for information and planning purposes only. The purpose of this Sources Sought is to conduct market research to determine if this effort is achievable through educational or other non profit institutions or if a competitive and/or a total Small Business Set-Aside acquisition strategy is required. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The proposed North American Industry Classification Systems (NAICS): 541712 with a size standard of 500. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in certified nonprofit UARCs as defined by 10 U.S.C. 2304(c)(3), as implemented by FAR 6.302-3(a)(2)(ii) and FAR 6.302-3(b)(2). The government requests that interested parties respond to this notice if applicable and identify your organizations's university or otherwise affiliation and identified NAICS code. Additionally, please provide any information ensuring your research facility meets the aforementioned FAR requirements and ensures your facility has the required research and development capabilities as an educational or other nonprofit institution or federally funded research and development center. PROGRAM DETAILS: The Air Force plans to procure services required to support the Hill Air Force Base 309th Software Maintenance Group (SMXG) and F-16 System Program Office (SPO) in efforts of software exploitation and code development, advanced sensor processing technologies, including: digital cameras, processing, data handling to include compression and analysis, and control, analog systems, power, communications, command and telemetry, radio frequency/optical sensor payloads, C4ISR capabilities, reverse engineering of obsolete devices and electromechanical systems/support, and the design of mechanical and electrical devices to include prototype precision machining of metallic, plastic, and composite materials, and the design of printed circuit boards, and semi-automated circuit card (CCAs) assembly's placement of ball grid arrays and other surface mounted CCA components to include thru hole capabilities, conformal coating and testing, cryogenic and thermal testing, and system engineering. The USAF and DoD utilize nonprofit certified University Affiliated Research Center's (UARCs) to conduct research and development of items such as: electro-optical sensor systems research and development; ground, airborne, and space rated instrument and payload development, test, evaluation, integration, validation and operations; data analysis, exploitation, and fusion; phenomenology measurements; sensor modeling and simulation; small/micro satellite sensor systems and components; new state-of-the art software, hardware prototypes, computer circuit boards, infrared sensor design, and fabrication; 3-axis and 5-axis machining and milling, optical, mechanical and electrical system design and assembly; thermal testing analysis and electronic, optical, and mechanical assembly testing; printed circuit board design, thermal analysis using TASPCB and semi-automatic ball grid array placement, circuit card assemblies both surface mount and thru-hole assemblies, lead forming, conformal coating and staking; fiber-optic and copper cable wireharness design, assembly and test. UARCs have provided the aforementioned services for over 50 years, which have brought extensive economies of scope (i.e., economies of scope exist when multiple products can be produced at a lower cost in combination than they can separately), to the USAF/DoD which serves in satisfying the Under Secretary of Defense - Acquisition, Technology and Logistics (AT&L) Better Buying Power (BBP) 2.2 mandate. GOVERNMENT REQUEST: Interested parties to submit a letter of interest, brief statement of current capability and response to the below Capabilities Questionnaire. The Government will use this information to determine the best acquisition strategy for this procurement. Please limit responses to ten pages in PDF or Microsoft Word format. In order to be considered in this Sources Sought, please respond by 10:00AM Mountain Standard Time (MST), 24 March 2014. CONTRACTOR ACQUISITION STRATEGY AND CAPABILITY QUESTIONNAIRE PART I. BUSINESS INFORMATION 1. Orgainzation Name: i) CAGE Code: ii) Physical Address: iii) Web Page URL: iv) Point of Contact (POC): 1. Name: 2. Telephone Number: 3. Email Address: 2. Your North American Industry Classification System (NAICS) Code(s): 3. Due to costs constraints for such areas as travel, lost time due to shipping, and damage and maximizing the relationship through the use of geographically located capable source(s). The governement request your plan to support the local Hill AFB, Utah site. PART II. ACQUISITION STRATEGY QUESTIONS 1. Provide your suggested NAICS code for this requirement: 2. Do you believe this requirement is a commercial or non-commercial requirement? 3. Are you anticipating your Organization to be a prime contractor or a subcontractor? 4. Are you anticipating a teaming arrangement? 5. Any responses on teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 6. What acquisition suggestions do you have for engineering, reengineering, repair, and modification and training services on USAF Line Repairable Units? PART III. 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. Include ability to reengineer and develop software and hardware for portable use on multiple platform hosts (e.g., PC, UNIX, etc.), and existing command and control communications, computers and intelligence systems. 3. Include ability to develop multiple database capabilities for Multi-INT sensor systems. 4. Include your facilities ability to share data over Ethernet interfaces and facilitate archiving and retrieval secure data. 5. Include your facilities capabilities in placing ball-grid arrays, 3/5 axis machine shop services, and PCB/CCA design and development. 6. What are your capabilities in the following areas: thermal testing analysis, payload development and test, phenomenology measurements, sensor modeling and simulation? 7. Do you have, or can you acquire the skills necessary within 30 days of contract award, to begin performing all services identified in this notice? 8. List of your most recent (within 3 years) and relevant DoD or commercial contracts (not to exceed five). a. Include brief description that demonstrates competence in performing the tasks as described in the SOW listed for this requirement. b. Point of Contact (POC) Name, Telephone #, and email address c. Contract Value d. Type of contract e. Period of Performance 9. Please submit a current capabilities statement and explain why you believe you can perform this service. Include ability to control GFP per NISPOM or similar DoD requirements for classified components and data rights. 10. What quality assurance processes and qualification practices does your organization employ? Please provide a description of your quality program (e.g., ISO 9000, QS 9000, EIA 599, or otherwise). 11. Discuss any concerns you may have with this requirement. Interested Offers' should send a response to the sources sought inquiry and the questions listed above to the Contracting Officer. Responses should be submitted by 10:00 a.m. MST 24 March 2014. Email responses in PDF or Microsoft Word format to the Contracting Officer and Contracting Specialist (information is listed below): CONTRACT SPECIALIST Brett Simpson 6038 Aspen Ave. Bldg. 1289 Phone: (801) 777-5081 Email: brett.simpson@us.af.mil CONTRACTING OFFICER Shauna Lyon 6038 Aspen Ave. Bldg. 1289 Phone: (801) 586-9165 Email: shauna.lyon@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-14-R-SDLS/listing.html)
- Place of Performance
- Address: Hill Air Force Base, Hill AFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN03305953-W 20140312/140310234230-9d1608b5c67b444a320ff63f154e87a7 (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 |