Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 25, 2015 FBO #4869
SOURCES SOUGHT

59 -- F-22 Helmet Mounted Display System

Notice Date
3/23/2015
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
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
FA8611-WPAFB-HMD
 
Point of Contact
Colleen S. McDonald, Phone: 9377137512, Casey A Murphy, Phone: 937-713-7509
 
E-Mail Address
colleen.mcdonald@us.af.mil, casey.murphy@us.af.mil
(colleen.mcdonald@us.af.mil, casey.murphy@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis (SSS) only, which, as a part of market research is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e). This SSS is to conduct market research to (1) determine if responsible sources exist, and (2) to assist in determining if any part or all of this effort can be conducted as a competitive acquisition and/or set-aside for Small Business. 1. Background and Scope: This is not a solicitation or a request for proposal; the Government is still determining the acquisition strategy. There is no solicitation package available at this time. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the AFLCMC. Only non-classified information shall be provided in a response. The Government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Note that, if there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in FAR 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small-business set-aside, please provide specific details and rationale as to how compliance with FAR 52.219-14 would be achieved, including specific details regarding teaming arrangements, or other relevant factors. Please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information to determine the best future acquisition strategy for this procurement, inclusive of the need to conduct Industry Day and/or Presolicitation Conferences. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses shall provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. 2. Capability Requirements: This SSS outlines the Helmet Mounted Display (HMD) requirements for the F-22 Raptor Weapon System. As weapon systems have become increasingly complex and aircrews are exposed to extensive amounts of battlespace information, it has become clear that an HMD capability for the warfighter is necessary. Industry has recently made major advances in HMD capabilities for aircrew personnel. The purpose of this SSS is to determine existing and emerging Commercial-off-the Shelf (COTS), or Government-off -the-shelf (GOTS) technology solutions that can be used to enhance aircrew warfighting operational capabilities with respect to HMD capabilities. The Government is interested in applicable vendor demonstration of HMD technologies and systems; proposed systems to be TRL 7,8 or 9 by January 2016 (as defined at: https://acc.du.mil/adl/en-US/154268/file/59527/TRA%20Guide%20OSD%20May%202011.pdf, pages 2-13 and 2-14). Interested parties are encouraged to respond to this SSS. The Government will not pay for information, materials, and/or demonstrations received in response to this SSS and is in no way obligated by any information received. Minimum requirements for a HMD system are as follows: • Color Display • Capable of displaying a variety of sensor inputs and customized symbology • Capable of cueing sensors and weapons • Supports display and cuing in all day and night operations • Provides symbology and imagery integration with enhanced night vision systems • Compatible with safe operation of the current AF escape systems and cockpit accommodations, ex. meets military standard human factors related requirements and provides appropriate disconnects for emergency/normal egress • System can be sustained for projected service life of aircraft • Integrated camera which records external field of view and overlaid HMD imagery • HMD symbology can be easily modified for little or no cost outside of the aircraft Operational Flight Program (OFP) • Must not hinder pilot performance during all phases and durations of flights It is critical that respondents include the degree to which they will require access to F-22 air vehicle weapons system data rights and the degree to which they have, or are able to obtain air vehicle data rights from Lockheed Martin Aeronautics Company. 3. There is no restriction on who can respond to this SSS; however, if submitting company proprietary information please be sure it is clearly marked. To aid the government, please segregate Proprietary Information to the maximum extent possible. All submissions become Government property and will not be returned. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. Copies of the submitted information may be reproduced for Government review. 4. Identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Marketing materials are considered an insufficient response to this SSS. 5. RESPONSES ARE DUE 24 APRIL 2015 AT 03:00 PM EST. Responses should be submitted electronically to Colleen McDonald and Casey Murphy via email at Colleen.McDonald@us.af.mil and Casey.Murphy@us.af.mil. Responses should be prepared in Microsoft Word format using 1-inch margins and font size not less than 11pt. Responses should be no more than 5 pages in length and should address at a minimum the following: 1. Capabilities: Provide your company's past three years experience on efforts similar in complexity to this requirement. Include Government/Commercial contract history to include contract numbers, a brief description of the work performed, period of performance, agency/organization supported and individual point of contact (Contracting Officer or Program Manager). 2. Company/Institute name 3. Physical Address 4. Point of Contact (Name, Telephone, Email) 5. CAGE code 6. DUNS number 7. Email Address 8. Web page URL 9. Teaming or Joint Venture Partners (if applicable) 10. Description of quality program (ISO 9000, QS-9000, EIA-599 or otherwise) 11. Any recommendations or concerns 12. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Note that the NAICS code for this requirement, if applicable to your company's capabilities, should be included in your company's NAICS code listing in SAM. The North American Industry Classification System (NAICS) Code for this action is 336411, size standard 1,500 employees. Based on NAICS Code, state whether your company qualifies as a: a. Small Business (Yes/No) b. Woman Owned Small Business (Yes/No) c. Economically Disadvantaged Women-Owned Small Business (Yes/No) d. 8(a) Certified (Yes/No) SBA Certification Date _______ SBA Graduation Date _______ e. HUB Zone Certified (Yes/No) f. Veteran Owned Small Business (Yes/No) g. Service Disabled Veteran Owned Small Business (Yes/No) h. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership) i. Provide prospective small business utilization percentages (if the acquisition is not set-aside for small business) 6. Not responding to this SSS does not preclude participation in any future RFP, if any is issued. The acquisition strategy is still being determined. 7. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor the FedBizOpps (FBO) site for additional information pertaining to this SSS. 8. Interested parties shall be responsible for any costs associated with prepping responses to this market research and demonstrating their technologies. Vendors that submit responses that demonstrate viable capabilities to enable or enhance aircrew HMD may be invited to participate in one or more events to demonstrate their technologies. Specific information regarding technology demonstration events will be based on the number of responses received and technologies selected for demonstration. The Government reserves the right to not conduct technology demonstrations. 9. All requests for further information must be made in writing or via email. Verbal requests for additional information will not be honored. All questions and answers regarding this SSS will be posted as updates to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8611-WPAFB-HMD/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN03676455-W 20150325/150324000005-21f36774d53e7601a922fa88bf4b5ac4 (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.