Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2016 FBO #5166
SOURCES SOUGHT

16 -- Installation/Integration of the AN/ARS-6 (v14) Lightweight Airborne Recovery System Modification - Drawings

Notice Date
1/13/2016
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
LARS2016
 
Archive Date
2/13/2016
 
Point of Contact
Vanessa M. Pottinger, Phone: 9376568082, Katherine Hamblin,
 
E-Mail Address
vanessa.pottinger@us.af.mil, katherine.hamblin@us.af.mil
(vanessa.pottinger@us.af.mil, katherine.hamblin@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
AN/ARS-6 (v14) Lightweight Airborne Recovery System (LARS) - Personnel Recovery (PR) Background: The Government is conducting market research to identify possible sources that may possess the expertise and capabilities to provide/acquire and install LARS System with Combat Survivor/Evader Locator (CSEL) radio capability. LARS is a Search and Rescue (SAR) and Combat Search and Rescue (CSAR) System that provides secure, encrypted, classified communications between rescue forces and isolated personnel during civil and combat rescue missions. LARS direction finding capabilities are to be compatible with all military survival radios currently or soon to be in use, namely the PRC-112 Hook radio and the AN/PRQ-7 CSEL radio. Additionally the LARS or equivalent system must be capable of transmitting in the worldwide approved 406MHz frequency in both classified and unclassified modes. Any LARS system must meet the requirements specified in the Technical Drawing Package (TDP) for v14 LARS Program currently installed on several HC-130J aircraft. Sample drawings from the TDP are available to interested sources responding to this RFI. The drawings/technical data can only be disseminated pursuant to DoD Directive 5230.25. The TDP provides representative illustrations and definition of the types of operations needed. The Contracting Officer may only provide this information to qualified U.S. Contractors. Potential Offeror's must immediately send an email to the Contracting officer, katherine.hamblin@us.af.mil and vanessa.pottinger@us.af.mil, containing the following information: Offeror Name: Address: Cage Code: Joint Certification Office (JCO) Certification Number*: Certification Expiration Date: Phone: Name of Offeror Representative: Date of Request: *A potential Offeror without a valid JCO Certification Number must acquire a valid JCO Certification Number before drawings/technical data can be disseminated. Instructions for obtaining this JCO Certification number are found at http://www.dlis.dla.mil/jcp/Default.aspx. OFFERORS WITHOUT A VALID JCO CERTIFICATION NUMBER MUST BEGIN THIS PROCESS IMMEDIATELY. The complete TDP will be provided with the Request for Proposal (RFP) should an RFP be issued. The total requirement may be for the purchase/installation of up to 26 LARS systems, spare parts, and support operational use for up to 2 years (quantity to be determined). Initial delivery of 10 systems and spares would be required no later than 12 months from the date of contract award. Options and/or new solicitations will be available through approximately 2026 to cover the full 37 aircraft in service and spares. Your response must address your company's capability to meet the LARS technical requirements, manufacturing schedule, and production/support capabilities. If after reviewing this information you desire to participate by responding to this RFI, you should provide documentation that supports your company's ability to manufacture/procure/install LARS that meets these requirements. Failure to provide adequate documentation will inhibit the government's assessment of your capabilities. Both large and small businesses are encouraged to participate. Joint ventures or teaming arrangements are permissible. Please provide the following business information for your company, institution, or for any teaming or joint venture partners: Company Name; Address; Point of Contact; CAGE Code; Phone Number; E-mail Address; Web Page URL; and Size of business pursuant to (NAICS) Code. Based on the above NAICS Code, state whether your company is: Small Business (Yes / No); Woman Owned Small Business (Yes / No); Small Disadvantaged Business (Yes / No); 8(a) Certified (Yes / No); HUBZone Certified (Yes / No); Veteran Owned Small Business (Yes / No); Service Disabled Small Business (Yes / No); System for Award Management (SAM) (Yes / No). Response to this notice shall consist of a short (10 pages or less) initial White Paper response describing your ability to produce the design in the TDP. The White Paper shall include the following details: (1) General statement of your company's capability and capacity to manufacture/procure/install the v14 LARS or equal system in the number requested; (2) Brief explanation of your experience in manufacturing of the LARS V14 or equal radio system or acquisition of like systems; (3) Estimated production cost for each v14 LARS install; (4) Approximate lead-time for acquiring your product. Response should be in an electronic format that is compatible with Microsoft Windows and Office 2010. The data can be submitted on CD-R/DVD-R along with a paper copy. The CD should be provided to Ms. Katherine Hamblin at the address below not later than 29 Jan 2016. Questions should be submitted to Ms. Katherine Hamblin at katherine.hamblin@us.af.mil and Capt Vanessa Pottinger at vanessa.pottinger@us.af.mil. The CD/DVD, cover label, and paper copy shall be marked "Proprietary/Competition Sensitive Information." Proprietary/competition sensitive information will be protected from disclosure. No classified information should be included in contractor submittals. This is a request for information only and is not a solicitation for offers. This notice is issued for market research purposes and does not constitute a Request for Proposal (RFP) or commitment to issue an RFP; however, the Government reserves the right to issue a solicitation based upon its needs and the results obtained from this RFI. The government will not reimburse participants for any expenses associated with the information provided in response to this RFI. Acknowledgment of receipt will not be made. Submittals will not be returned to the sender.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/LARS2016/listing.html)
 
Place of Performance
Address: Department of the Air Force, AFMC/AFLCMC/WISK, 1895 5th Street, Building 46, Wright-Patterson AFB, OH, 45433-7218, UNITED STATES, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03990559-W 20160115/160113234838-d8c156d95069120465b823e576997a55 (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.