Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 02, 2014 FBO #4695
SOURCES SOUGHT

16 -- RFI CNS/ATM II - RFI CNS/ATM II - Technical Requirement Documents (TRD) & SOW

Notice Date
9/30/2014
 
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 Materiel Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
CNS-ATM-II
 
Archive Date
2/14/2015
 
Point of Contact
Richard Williams, Phone: 781 225-5125, Linda Sargent, Phone: 781 225-5020
 
E-Mail Address
richard.williams.66@us.af.mil, linda.sargent.1@us.af.mil
(richard.williams.66@us.af.mil, linda.sargent.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
TRD for Transponder TRD for TCAS TRD for SATCOM Swift Broad Band TRD for SATCOM Iridium TRD for SATCOM AERO H+ TRD for Multi-Mode Receiver (MMR) TRD for Military GPS TRD for Embedded Global Positioning System (EGI) CNS/ATM II STATEMENT OF WORK (SOW) Request for Information This Request for Information (RFI) is a Government Market Research effort in accordance with Federal Acquisition Regulations (FAR) Part Twelve (12) "Acquisition of Commercial Items" and FAR Part Fifteen (15) "Contracting by Negotiation". The purpose of this RFI is to determine industry availability of equipment and technologies capable of satisfying requirements for Department of Defense (DOD) aircraft operations in the International Civil Aviation Organization (ICAO) and National Air Space (NAS) domains. CNS/ATM refers to the processes and capabilities supporting flight-certified avionics equipment (communication, navigation, and surveillance) required for DOD aircraft to safely operate and coexist with civilian aircraft in the ICAO and NAS airspace. Respondents to this RFI must consider the ability of their products to meet technical compliance standards per the attached Technical Requirements Documents (TRD). It is understood that current capabilities and functions may not be currently available to support TRD requirements. If the proposed product is anticipated to be compliant in the future, then your response should include the proposed products' current and anticipated final capabilities and functions; and a timeframe when the final product will be compliant. The Government can then plan for possible future contracting action with your company. THIS IS A REQUEST FOR INFORMATION ONLY. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This RFI does not commit the Government to a contract for any supply or service. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in responding to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. Background: The CNS/ATM office is responsible for DOD aircraft compliance with federally and internationally mandated directives for operations in ICAO and NAS domains. CNS/ATM avionics equipment acquisition units have awarded several multiple-award indefinite delivery indefinite quantity (ID/IQ) contracts to provide products that meet the technical requirements. Currently, there is an existing acquisition that has awarded twelve (12) contracts providing twenty-five (25) product lines, technical support data, annual service agreements and engineering services. The current vendors offer a minimum of one (1) product on a single product line, and no single vendor was awarded a contract that encompassed all twenty-five (25) product lines. The current CNS/ATM Product Catalog was a competitively awarded Multiple Award contract. It was conducted in compliance with the Competition in Contracting Act as implemented by FAR Part Six (6) as a result of a market research conducted in March 2004. The Government anticipates awarding firm-fixed price (FFP) multiple-award ID/IQ contracts in accordance with FAR Part 12 "Acquisition of Commercial Items" and FAR Part 15 "Contracting by Negotiation." The objective of this RFI is to identify avionics equipment and services to perform the following functions: Communications; Satellite Communications (SATCOM) systems  Capable of providing Inmarsat Aero H+ SATCOM service capable of providing Inmarsat Swift Broadband and Iridium SATCOM service Navigation; Multi-Mode Receiver (MMR), Precision Positioning Service (PPS) Military GPS Receiver and Embedded Global Positioning System (EGI/GPS) and Inertial Reference equipment  Provide outputs to support Area Navigation (RNAV) and Required Performance Navigation (RNP)  Comply with equipment functional and performance requirements supporting RNAV and RNP  Provide position source outputs to support Automatic Dependent Surveillance - Broadcast (ADS-B) Out  Provide growth capability to support next generation military GPS signals and additional data interfaces Surveillance; Traffic Alert and Collision Avoidance System (TCAS) equipment  TCAS 7.0 capability with one or more of the following: o (1) TCAS 7.1 o (2) Hybrid Surveillance o (3) Automatic Dependent Surveillance - Broadcast (ADS-B) In Airborne Surveillance and Separation Assurance Processing o (4) ADS-B In report generation  Transponder equipment o Provide capabilities with one or more of the following:  (1) Mark XIIA, Mode 5 Level 2  (2) Automatic Dependent Surveillance - Broadcast (ADS-B) In  (3) ADS-B Out  (4) Mode S Enhanced Surveillance (EHS) For each item offered, the following is required:  A warranty period (duration of which to be negotiated with each respondent)  An established Return Merchandise Authorization (RMA) process for return and repair of all defective products purchased by globally-located end-users Requested Information and Guidance for Responses: Respondents must identify whether their organization is a Large Business, Small Businesses (SBs), Small Disadvantaged Business (SDBs), Historically Underutilized Business Zone (HUBZone) Small Businesses, Service-Disabled Veteran-Owned (SDVO) SBs, Historically Black Colleges and Universities (HBCUs), or Minority Institutions (MIs). Applicable North American Industry Classification System (NAICS) codes under this RFI are: 334111, 334210, 334220, 334290, 334310, 334418, 334419, 518210, 541511, 541512, 541330, 541519, and 928110. Responses must be submitted via e-mail in Microsoft Word or PDF format. The Government requests that the main body of the responses not exceed fifteen (15) pages, with a maximum of twenty (20) pages in supporting attachments. Additionally, a cover page, not counting toward the fifteen (15) page limit, may be included to describe the respondent's experience in the aforementioned areas of interest. It should be noted that all organizations awarded contracts must abide by the International Traffic in Arms Regulations (ITAR)/Export Control restrictions placed on the items. Violations of these regulations are punishable by fine, imprisonment, or both. Submission of Proprietary Information Caution: The Government acknowledges that interested firms may not be able to respond to this RFI without disclosing information deemed to be "proprietary." Respondents must ensure that documents including proprietary information are marked properly. Data submitted in response to this RFI will be reviewed by DOD and Advisory & Assistance Services (A&AS) personnel. It is the responsibility of the respondents to clearly mark submitted information with appropriate restrictive markings. All members of the government/contractor response evaluation team are obligated to protect information to the maximum extent permitted as required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations. In addition, Government members are obligated to afford protection under the Trade Secrets Act, 18 U.S.C. 1905. All support contractor members are required to protect the information by the terms of their contracts. The Government has also determined that all support contractor personnel have no organizational conflicts of interest that could adversely affect protection of the information. Please provide your response electronically. Responses to this RFI are requested on or before 31 January 2015. It is preferable that all responses be unclassified and reviewed to ensure consideration of operational sensitivities. In the event a response is classified, it must be coordinated with the points of contact (POCs) listed below before proceeding with delivery. All technical questions related to this RFI should be e-mailed in the English language, to following individuals: Lt. Amanda Stern at amanda.stern.1@us.af.mil AND Mr. Ron Arsenault at ronald.arsenault.1@us.af.mil All other responses and correspondence, related to this matter should be provided in the English Language and e-mailed (preferred), or mailed to: AFLCMC/HBAK, Attn: Richard Williams, 75 Vandenberg Drive, Hanscom AFB, MA 01731-2103. Questions concerning this RFI should be directed to Richard Williams via email at richard.williams.66@us.af.mil, or by phone at (781)225-5125 or Ms. Linda Sargent at linda.sargent.1@us.af.mil or 781-225-5020. Be advised that all submissions become Government property and will not be returned. All Government and DOD contractor personnel reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/CNS-ATM-II/listing.html)
 
Place of Performance
Address: HANSCOM AFB, Massachusetts, 01731, United States
Zip Code: 01731
 
Record
SN03538503-W 20141002/141001000700-f3a2c74f39c5cf846041a2549e48ad68 (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.