Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2014 FBO #4705
SOURCES SOUGHT

58 -- Large Aircraft Infrared Countermeasures Interim Contractor Support

Notice Date
10/10/2014
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8625-15-C-0001
 
Point of Contact
Julie Pease, , Jeff Joseph,
 
E-Mail Address
julie.pease.1@us.af.mil, Jeffrey.Joseph@us.af.mil
(julie.pease.1@us.af.mil, Jeffrey.Joseph@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: I. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the FedBizOpps website. There is no solicitation available at this time. This synopsis does not constitute a Request for Quotation, Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. Requests for solicitation will receive no response. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small business concerns. The Government requests that interested parties respond to this notice if applicable, and identify your small business status to the identified NAICS code. Additionally, the responses shall detail: (1) Scope of the experience; (2) Teaming and/or subcontracting arrangements, which should be clearly delineated, indicating previous experience in teaming, particularly with proposed teammates, and (3) Whether it was in support of a Government or commercial contract. Teaming and/or subcontracting arrangements should be clearly delineated. Interested contractors will clearly explain how they intend to meet the stated requirements via teaming/subcontracting while maximizing opportunities for small business participation in accordance with FAR Part 19. Previous experience in teaming must be provided. Interested sources may identify their interest and capability to respond to the requirements. Interested sources that possess the capabilities of obtaining the required technical and engineering data and analysis must have performed complex electro-optical, IR/UV based line replaceable unit (LRU) repair in the past. Interested sources must maintain facilities and cleared personnel for handling, storing, and maintaining information and operating systems with security classifications up to and including Secret. II. PURPOSE: The Aircraft Survivability (WLY) Program Office, Wright-Patterson AFB, OH, has interest and is seeking external sources with demonstrated expertise in repair of complex electro-optical and IR/UV based line replaceable units (LRUs) for a repair support contract. This potential 3 (three) year contract will be awarded to continue Interim Contract Support (ICS) of Large Aircraft Infrared Countermeasures (LAIRCM) LRU repairs (Section IV, Technical Information) for modification/installation line failures and lab GFE/GFM, and ICS for modernization LRUs with corresponding Interim Supply Support (ISS) for those modernization LRUs. Northrop Grumman Electronic Systems (NGES) is currently the prime contractor for the development, manufacture, modernization and sustainment of the LAIRCM system. The Government does not currently have access to the technical data packages. The Contractor must have the capabilities to access the pertinent technical data for repairs, successfully provide technical support and contract program management, interim supply support, and repair and parts service for the designated LAIRCM LRUs and return to Government (or designated inventory) in serviceable condition that meets or exceeds the manufacturer specification. The contractor will provide maintenance status on a monthly basis. Contractor will be required to address deficiencies through Joint Deficiency Reporting System (JDRS), in accordance with the USAF Deficiency Reporting, Investigation and Resolution Process (ref. T.O. 00-35D-54). The Contractor will be required to submit receiving and payment requests through Wide Area Workflow ( https://wawf.eb.mil ). Please note that the Government has not formalized an acquisition strategy and that these are anticipated requirements that may be changed and in no way obligate the US Government. III. SUBMISSION REQUIREMENT Interested parties are encouraged to participate in this Market Survey for LAIRCM ICS. If you decide to participate, you should provide documentation that supports your company's capability in meeting the anticipated requirements listed in Section II and IV. Please submit two copies of your comments to the Sources Sought Synopsis in an executive format not to exceed 15 (fifteen) pages. If submitted by email, the file may not exceed 5MB and in MS Word TM or PDF format. If your response includes information you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not include company brochures or other marketing information. The anticipated North American Industry Classification System (NAICS) Code is 541330 and the Size Standard is $15M. Please provide the following business information for your company and for any teaming or joint venture partners when submitting: •a) Business Information •· Company Name •· State as to whether your company is domestically-owned or foreign-owned (if foreign owned, indicate the country of ownership) •· Business Status (8(a), Small Business, HUBZone, Woman-owned, etc) •· Address •· CAGE Code •· Point of Contact •· Phone Number •· Email Address •· Facility Security Officer Name, Address, Phone Number, and Email address* •· Web Page URL •· North American Industry Classification System (NAICS) Code *U.S. DoD Security Clearance is a mandatory requirement since parts of the subject program are classified. •b) Is your company registered in Central Contractor Registration (CCR)? (Yes / No) •c) Is your company registered in the System for Award Management (SAM)? (Yes / No) •d) Past Experience - Submit the following data to show your past experience conducting complex electro-optical and IR/UV based line replaceable unit (LRU) repairs on prior contracts with the US Government or State Government, similar in complexity to the requirements of Section II: •· Contract Number •· Brief description of work scope •· Period of Performance •· Customer Agency •· Government POC (Contracting Officer or Program Manager) Contractors are asked to email their Survey responses to the Government Contracting Officer, Jeff Joseph (jeffrey.joseph@us.af.mil), no later than 30 days from the posting of this SSS. All contracting questions may be submitted to Julie Pease, (937) 656-9710, (julie.pease.1@us.af.mil); all technical questions may be submitted to Christopher Covert, (937) 255-9937, (christopher.covert.2@us.af.mil). IV. TECHNICAL INFORMATION The following is a table of potential LRUs that may require ICS repair as well as ISS. Noun NSN(s) ICS Repair: Guardian Laser Transmitter Assembly (GLTA) *This may include Viper 2.1 5865-01-538-4648; 5865-01-579-6300 Small Laser Transmitter (SLTA) 5865-01-535-8659 Control Indicator Unit (CIU) 5865-01-435-9339 Missile Warning Sensor (MWS), IR 5865-01-591-6897 Missile Warning Sensor (MWS) UV 5865-01-515-3488; 5865-01-536-1792; 5865-01-591-7146; 5865-01-435-9326 Processor, IR 5865-01-592-9867 Processor, UV 5865-01-535-6671; 5865-01-570-8390 Control Indicator Unit Replacement (CIUR) - Modernization NSL - TBD LAIRCM System Processor Replacement (LSPR) - Modernization NSL - TBD (With Either ARU or ARUR) Interim Supply Support: CIUR NSL - TBD LSPR NSL - TBD (With Either ARU or ARUR) GLTA w/ Viper 2.1 NSL - TBD
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8625-15-C-0001/listing.html)
 
Place of Performance
Address: Air Force Life Cycle Management Center (AFLCMC), AFLCMC/WLY, 2275 D Street, Bldg. 16, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03548517-W 20141012/141010233856-a725a558edd5ef6111a1f22353375538 (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.