SOURCES SOUGHT
16 -- Request for Information - MC-130 Terrain Following/Terrain Avoidance System
- Notice Date
- 6/6/2014
- 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 Installation Contracting (AFICA), Air Force Installation Contracting (AFICA), 1940 Allbrook Dr, Bldg 1, Door 1, Room 300, Cubicle 481, Wright Patterson AFB, Ohio, 45433-5344, United States
- ZIP Code
- 45433-5344
- Solicitation Number
- 0014-SC01
- Archive Date
- 7/12/2014
- Point of Contact
- Daniel Lawson, , Katherine Hamblin,
- E-Mail Address
-
daniel.lawson.5@us.af.mil, katherine.hamblin@us.af.mil
(daniel.lawson.5@us.af.mil, katherine.hamblin@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 52.215-3 -- Request for Information or Solicitation for Planning Purposes. This is a Request for Information (RFI) in accordance with FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) Background: The Government is conducting market research to identify, possible non-developmental sources that may possess the expertise, capabilities, and experience to competently and competitively respond to requirements to acquire and field a MC-130 Terrain Following/Terrain Avoidance System that provides a low probability of intercept/low probability of detection when flying while in either visual or instrument meteorological condition. The total effort will include fabrication, assembly, acceptance testing, and delivery of components and spare parts, as well as program management, systems engineering, sustaining engineering, technical support, technical order updates, data, warranty, and engineering changes to be compatible with weapon system upgrades. (d) The purpose of this RFI is to assist the program office with the formulation of the acquisition strategy and to ascertain your interest in competing on integrating and installing a Terrain Following/Terrain Avoidance on the MC-130. In response to this RFI, please provide the following information: 1. Describe your past experience (no more than five examples) for performing contractor logistics support and/or concurrency management to include: • Program name • Description of the effort • Date & period of performance • Cost of effort • Description of support strategy 2. In carrying out this effort, what would be your reliance on government personnel and what would be required of them? 3. Respondents to this RFI should assume very limited government provided data for the MC-130J aircraft and no design data for the MC-130 Terrain Following/Terrain Avoidance System. Respondents should define how said data would be obtained. If teaming arrangements are used to meet data needs, the RFI response should identify potential teaming arrangements and roles and responsibilities. The prime contractor will be responsible for the MC-130 Terrain Following/Terrain Avoidance system performance. 4. Responses should address any safety concerns/considerations and integration challenges associated with the MC-130 Terrain Following/Terrain Avoidance System. 5. What risks do you foresee in performing this effort? What steps would you likely take to mitigate the risks? 6. Identify the process used for airworthiness certification and your proposed solution. 7. Describe the ability to have Stage 3 spectrum certification by first test flight and Stage 4 spectrum certification by June 2016. 8. Provide a notional schedule clearly showing contact award, long lead procurement, production milestones, installation facilities, aircrew training, integration/development, ground and flight test, technical order development and logistics/sustainment events with a total of nine assets available. Delivery of the first operational system after the milestones described above are accomplished is June 2016. 9. Contractors responding to this announcement should indicate their size, particularly if they are a small business, a socially and economically disadvantaged business, a woman-owned business, a HUB zone small business concern, Service Disabled Veteran-Owned Small Business, Native American-Owned Small Business, and should also indicate if the company is foreign-owned. 10. Interested sources must respond with a complete Request for Information package of no more than 10 pages, providing everything requested above. All parties are asked to provide a point of contact, a telephone number, an e-mail address, and a facsimile number in their response. 11. Responses should be received no later than 27 Jun 14. Responses should be sent electronically to Mr. Dan Lawson at daniel.lawson.5@us.af.mil. Any technical questions should be directed to Mr. Douglas Bullock, e-mail, Douglas.bullock@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c172ef4db24db8d2a8a0b24283d40900)
- Place of Performance
- Address: WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN03388505-W 20140608/140606234929-c172ef4db24db8d2a8a0b24283d40900 (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 |