Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 06, 2014 FBO #4760
MODIFICATION

16 -- E-4B Program National & Nuclear Communication Systems

Notice Date
12/4/2014
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
FA8106-12-R-0005
 
Point of Contact
Thomas L. Long, Phone: (405) 736-3414, Niem Luu, Phone: (405) 739-4448
 
E-Mail Address
thomas.long.8@us.af.mil, niem.luu@us.af.mil
(thomas.long.8@us.af.mil, niem.luu@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought synopsis. There is no solicitation available at this time. Requests for a solicitation will not receive a response. This Sources Sought Synopsis is in support of market research being conducted by the Air Force to identify capable potential sources. Questions must be emailed to Thomas.long.8@us.af.mil or Niem.Luu@us.af.mil. Cutoff date for receiving questions will be 11 December 2014 by 1400L Central Time; after this date no further questions will be allowed or entertained. Phone calls will not be accepted. IF YOU HAVE RESPONDED TO A PREVIOUSLY POSTED N2CS SOURCES SOUGHT, YOU MAY EITHER UPDATE YOUR INFORMATION, OR CHOOSE NOT TO RESPOND AT ALL. FOR COMPANIES THAT HAVE NOT PREVIOUSLY RESPONDED, PLEASE RESPOND TO THESE QUESTIONS: •1. Vendors intending to be prime contractors, members of a joint venture. or members of a teaming arrangement for the requirement described and in the attached draft PWS please provide the following information: •a. Indicate whether you would qualify as a small or large business under NAICS code 336411. •b. Indicate the portions of the draft PWS you have the capability of completing as prime (organic) and which portions, if any, you intend to subcontract out. •c. For the work that is to be completed as the prime contractor, please provide enough information for the government to review the contractor's technical approach to provide support for the work as indicated in the attached draft PWS. •d. For work that is expected to be sub-contracted out, provide the type of work, teaming arrangements, along with the qualifying capabilities of any subcontractor. •2. It is the Government's intent to use this contract vehicle, in conjunction with other activities, to improve overall E-4B aircraft availability. Responses to this sources sought are asked to identify capabilities and plans for how they would perform functions within the attached draft PWS that would best support E-4B Aircraft availability. •3. If you are a small business, are you capable of performing at least 50% of the work, in order to comply with FAR Clause 52.219-14, specifically 52.219-14(c)(1), "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern"? If you are a small business interested in performing the requirement as a set- aside, provide a brief summary of your company's experience and past performance within the past three years as a prime contractor as it relates to the magnitude of this anticipated requirement. 4. Do you anticipate needing contract financing? If yes, please explain. Responses must include the following: name and address of firm, CAGE CODE, capabilities related to the task areas, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, Service-Disabled Veteran Owned Small Business and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners; intent to participate in the upcoming acquisition as a prime offeror; list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). The page limitation for this submission is twenty (20) pages. ADDITIONAL INFORMATION : 1. The N2CS Follow-on Program is expected to have the following Software data available for follow-on efforts: a. Supporting data for configuration management of N2CS systems; Interface Control Documents (ICDs) including installation, wiring, unique software versions, specifications and interfaces to E-4B mission systems and Version Description Documents (VDDs). b. N2CS system Source code and unique software versions. 2. The N2CS Follow-on Program is expected to have the following Hardware data available: a. Installation and engineering drawings used for N2CS systems in the E-4B Build Archive and Review System (BARS) located at the Block house Mission Support Facility (MSF) on Offutt AFB, NE and the System Integration Lab (SIL) at Richardson, TX. b. Supporting data for configuration management of systems, Interface Control Documents (ICDs) including wiring, Line Replaceable Unit (LRU) removal and replacement, hardware versions, Top level theory specifications and interfaces to E-4B mission systems. 3. The N2CS Follow-on Program is expected to have the following E-4B aircraft data available: a. E-4B Technical Orders 4. The N2CS Follow-on Program data listed below may not be readily available: a. Installation drawings for N2CS systems. b. Manufacturing and Engineering drawings for N2CS LRUs and systems. c. Maintenance and Control Subsystem (MACS)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8106-12-R-0005/listing.html)
 
Record
SN03587165-W 20141206/141204234601-72e12d664bdac4968f96124f1fed4e19 (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.