Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2014 FBO #4592
SOURCES SOUGHT

16 -- Request for Information - MC-130 Terrain Following/Terrain Avoidance System

Notice Date
6/19/2014
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
0014-SC01-R1
 
Archive Date
7/12/2014
 
Point of Contact
Daniel J Lawson, Phone: 937-656-8090, Katherine Hamblin, Phone: 312-986-8084
 
E-Mail Address
daniel.lawson@wpafb.af.mil, katherine.hamblin@us.af.mil
(daniel.lawson@wpafb.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) Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). (b) Responses provided are strictly voluntary and will not affect ability to submit an offer if or when a formal solicitation is released. The requested information is for planning purposes only and does not constitute a commitment, implied or otherwise, that a follow-on procurement action will be issued. No Government entitlement of direct costs or charges will arise as a result of the submission of information in response to this notice. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information (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 initiate a limited Low Rate Initial Production buy of the MC-130J Terrain Following/Terrain Avoidance Single Sensor System currently under development. (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 radar on the MC-130J. Interested contractors must respond with capability statements in response to this RFI which include/address the following information: 1. Describe your past experience (no more than five examples) to include: • Program name • Description of the effort • Date & period of performance • Cost of effort • Description of support strategy 2. Respondents to this RFI should assume very limited government-provided data for the MC-130J aircraft and no design data for the MC-130J 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-130J Terrain Following/Terrain Avoidance system performance. 3. Responses should address any safety concerns/considerations and integration challenges associated with the MC-130J Terrain Following/Terrain Avoidance System. 4. Responses should address any risks foreseen in performing this effort. Respondents should address any steps they would likely take to mitigate the risks. 5. Respondents should identify the process to be used for airworthiness certification, and their proposed solution. 6. Respondents should describe their process to have Stage 3 spectrum certification complete by the first test flight and Stage 4 spectrum certification by June 2016. 7. Respondents should provide a 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 will be accomplished in June 2016. 8. 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 Historically Underutilized Business 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. (e) 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 and an e-mail address in their response. (f) 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.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3a0ddc514d25bc06c8faaa107151372e)
 
Place of Performance
Address: WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03401125-W 20140621/140619235445-3a0ddc514d25bc06c8faaa107151372e (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.