SOURCES SOUGHT
16 -- Global Hawk Block 30 Enhanced Integrated Sensor Suite (EISS) Modifications - GH Blk 30 EISS Capabilities Matrix
- Notice Date
- 9/4/2015
- 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 Material 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
- GH-SSS-2015-2
- Archive Date
- 10/18/2015
- Point of Contact
- Jay C. Olson, Phone: 937-255-2169
- E-Mail Address
-
jay.olson.1@us.af.mil
(jay.olson.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Capabilities Matrix This Sources Sought Synopsis (SSS) is published for market research purposes only. If the Government decides to award a contract for this or a related effort, a solicitation will be published and posted on fbo.gov. There is no solicitation available at this time. This sources sought 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 sources sought synopsis, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. The Air Force has yet not decided whether a small business set-aside strategy is applicable. Not responding to this SSS does not preclude participation in any future RFP, if any is issued. Small businesses are encouraged to provide responses to this SSS in order to assist AFLCMC in determining potential levels of competition available in the industry, as well as helping to establish a basis for developing any subsequent subcontract plan goal percentages. The acquisition strategy is still being determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition. If it is a small business set-aside, FAR 52.219-14, Limitations on Subcontracting will apply. Therefore, small businesses that want to be considered for a small business set-aside should demonstrate how they could comply. Note that, if there is sufficient demonstrated interest and capability among small business contractors, then it may be determined that a small business set-aside is appropriate. 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 Federal Acquisition Regulation (FAR) clause 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. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. If this effort is not set-aside for small business, small business utilization will be considered. Large and small businesses should provide a reasonable expectation for small business utilization as a percent of total contract value, as well as supporting rationale for the recommended percentage. Both large and small businesses are encouraged to participate in this market research, and joint ventures or teaming arrangements are allowed. Please indicate if a joint venture is contemplated in your response and the status, including a date or estimate of ratification of the joint venture agreement. The Global Hawk Program Office (GHPO), Contracting Division, Wright Patterson Air Force Base, Air Force Life Cycle Management Center anticipates awarding one or multiple contracts for modification and retrofit of Enhanced Integrated Sensor Suite (EISS) for the Global Hawk system. Responses for other potential Global Hawk efforts are not being requested at this time-submissions for items other than those scoped in this SSS will not be considered. Funds are not available at this time for this effort and there is no guarantee that funds will be available for this effort in the future (FAR 52.232-18, Availability of Funds). The Global Hawk system is a high altitude, long endurance Remotely Piloted Aircraft (RPA) with integrated sensor systems and Ground Segment (GS) that provides Intelligence, Surveillance, and Reconnaissance (ISR) capabilities to joint warfighters. Northrop Grumman Systems Corporation (NGSC), Rancho Bernardo, CA, is currently the prime contractor for the development, manufacture, modernization and sustainment of the GH system. The RQ-4 Block 30 Enhanced Integrated Sensor Suite (EISS) includes both an optical and radar subsystem. Raytheon SAS, serving as a subcontractor to NGSC, is currently the original equipment manufacturer for the EISS. The focus of this market research is on modification of the Electro-Optical Receiver Unit (EERU) Line Replaceable Unit (LRU). Modification areas include Electro-Optical (EO) and Infrared (IR) detector assembly replacements, detector nonlinearity correction and signal to noise improvements, temporal noise reductions, LRU cabling, internal airflow rerouting, improved collimator protection and optical window remounting. Modification to the EERU is anticipated to require corresponding hardware and software modifications to the Enhanced Sensor Electronics Unit (ESEU), Enhanced Integrated Sensor Processor (EISP) and Data Analysis Workstation (DAWS) sensor controller. Note: the Government is sensitive to development and retrofit timelines for these modifications. Responses to this notice are expected to address respondents' development and retrofit capabilities in terms of schedule and cost. Information is being collected from all potential domestic (United States-owned and operated) sources at this time. Companies interested in this effort shall complete the attached capabilities matrix and submit a capabilities document (not including.xlsx Capabilities Matrix), which should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. This capabilities document (including graphs, pictures, etc) shall not exceed five pages, title page excluded. The font shall be Times New Roman and no smaller than 10 point with at least a one-inch margin. Recent, relevant experience in all areas should be provided, including whether this experience was as a prime or sub-contractor, whether it was in support of a Government or commercial contract, and what the scope of the experience was. Interested companies must clearly explain how they intend to meet the Global Hawk program's EISS requirements. The capabilities document 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 companies will clearly explain how they intend to meet the stated potential requirements via teaming/subcontracting while maximizing opportunities for small business participation in accordance with FAR Part 19. Previous experience in teaming, if available, must be provided. Respondents not experienced with teaming shall so indicate. Respondents shall indicate whether they are interested in either prime or subcontracting opportunities. Additionally, firms responding to this announcement should indicate whether they are: a large or small business in relation to NAICS 334511, size standard 750 employees. Firms responding to this announcement should indicate whether, in relation to NAICS code 334511, they are an other than small business, women-owned small business, economically disadvantaged women-owned small business, 8(a)-certified small business (with date of certification), service-disabled veteran-owned small business, veteran-owned small business, or historically underutilized business zone (HUBZone) small business. Respondents shall also identify the country in which the company is owned and operated. If the respondent can perform a self-contained portion of the effort (without deficiencies in any other interdependent capabilities area, such as necessary data to accomplish the specific portion of work), please submit a capabilities package for that portion of work. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded any DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code for this effort appears in their SAM listing, if applicable to the company's capabilities. Respondents must recognize that the Government will not provide technical/computer software data for the contemplated requirements. Consequently, the contractor must possess a complete technical knowledge and understanding of the EISS. Respondents who cannot provide the required support without technical documentation shall identify a rough order of magnitude (ROM) cost and time to produce Level III technical data packages (TDP) in accordance with MIL-DTL-31000A or equivalent. For the purposes of the ROM, respondents should advise of any proprietary markings. The ROM shall not exceed 15 pages and will not be included in the five page limit described above. The Government reserves the right to contact the submitting parties as required, for further clarification on material provided. In addition, the Government will use its assessment of the information and other research to determine which sources appear qualified to perform the work required by the Government. Respondents will not be notified of the results of the assessment. The Government only seeks potential domestic sources for this effort. 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 properly identified or not properly identified. The Air Force anticipates this acquisition will utilize procedures outlined in FAR Part 15-Contracting by Negotiation. Respondents are advised that advisory and assistance services (A&AS) Government support contractor employees with non-disclosure agreements in place may read submissions, but will not be decision makers for subsequent acquisition strategies resulting from this SSS. Please submit one (1) electronic copy of the Capabilities Package in Microsoft Word or HTML format AND (1) electronic copy of completed Capabilities Matrix (.xlsx) to Jay Olson, Contracting Officer, at jay.olson.1@us.af.mil. Documents should be submitted no later than 03 October 2015, 5:00pm EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/GH-SSS-2015-2/listing.html)
- Place of Performance
- Address: Air Force Life Cycle Management Center (AFLCMC), Global Hawk Program Office, AFLCMC/WIGK, 2530 Loop Road West, WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN03873384-W 20150906/150904235649-6db3e0f858774e7bac9804e4ea08a3e0 (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 |