SOURCES SOUGHT
N -- T-38A/B Automatic Dependent Surveillance-Broadcast (ADS-B)
- Notice Date
- 2/5/2016
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- 2016-01-05-MG
- Archive Date
- 3/8/2016
- Point of Contact
- Mike Garner, Phone: 801-775-3801, Chad Galioto, Phone: 801-586-0690
- E-Mail Address
-
michael.garner.9@us.af.mil, chad.galioto@us.af.mil
(michael.garner.9@us.af.mil, chad.galioto@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS: Solicitation Number: 2016-02-05-MG Notice Type: Sources Sought The sources sought is a follow-on to 2015-09-11MG and 2015-17-05-MG Agency: Department of the Air Force Office: AFLCMC/WLDMA Location: T-38 Program Office, Hill AFB Synopsis For: • Change the configuration of Government-owned APX-119 transponders from APX-119/RT1861 to APX-119/RT1853D. • Integrate and install a Federal Aviation Administration (FAA) Automatic Dependent Surveillance-Broadcast (ADS-B) (Out) system utilizing the APX-119/RT1853D in to the into T-38A/B aircraft. 1. 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 Synopsis is to conduct market research to determine if responsible sources exist and to assist in determining if this effort can be considered competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 334220, which has a corresponding size standard of 750 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses, to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned Small Business concerns. The Government requests that interested parties respond to this notice and identify your small business status to the identified NAICS code. Additionally, please provide in your response any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers within 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. This notification is issued for information and planning purposes only and does not constitute a solicitation. Responses will not be returned. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), a response to this notice is not an offer and cannot be accepted by the government to form a binding contract. Responders are solely responsible for all expenses associated with their response. Not responding to this inquiry will not preclude participation in any future Request for Proposal (RFP), if issued. If a solicitation is released, it will be publicized in accordance with the requirements of the FAR. 2. PROGRAM OVERVIEW The T-38 Program Office, located at Hill AFB, Utah, is anticipating the award of a contract to modify APX-119 transponders, integrate the APX-119 into the T-38A/B aircraft, and install the transponders and associated hardware. There are currently 59 T-38A/B models in use by the USAF. The modification of the APX-119 requires integration of a Commercial-Off-The-Shelf (COTS) GPS receiver circuit card into 65 Government-owned APX-119 transponders. The solution shall be fully integrated into the transponder and not require any aftermarket or third-party software or firmware. The modified transponders must be compliant with the Federal Aviation Administration (FAA) Automatic Dependent Surveillance-Broadcast (ADS-B) Out mandate. Furthermore, the modified transponders must be compliant and certified utilizing the following documents. 1. TSO-C166, Extended Squitter Automatic Dependent Surveillance - Broadcast (ADS-B) and Traffic Information Service - Broadcast (TIS-B) Equipment Operating on the Radio Frequency of 1090 Megahertz (MHz) 2. Title 14 Code of Federal Regulations (14 CFR) § 91.227 This Sources Sought Synopsis is intended to provide the Government with an understanding of the technology and resources available within industry to support this effort. Proposed Scope of Effort: 1. Modification of APX-119 Transponders a. Take possession of approximately 65 APX-119 Transponders and modify them from RT-1861 (P/N 4079100-0513) to RT-1853D (P/N 4079100-0530) b. Integrate an ADS-B compliant GPS receiver circuit card into the Government owned transponders c. Perform the required testing and obtain FAA Type Certification for the modified transponder d. Provide record of testing, test reports and any other documentation supporting Type Certification e. Provide all information required for cataloging actions 2. Integration of APX-119 Transponder into the T-38A/B aircraft a. Provide the Embedded GPS variant of the APX-119 b. Provide all attaching hardware and wiring needed c. Provide a suitable antenna for GPS reception d. Provide transponder system control boxes with the P/N 4087561-0502 e. Provide personality modules with the P/N 5088953-0501 f. Provide transponder mounting trays to facilitate mounting the equipment into the T-38A/B aircraft g. Provide all drawings, configuration data, and engineering documentation necessary for the Government to approve the configuration change h. Provide a Time Change Technical Order (TCTO) to the Government for installation of the APX-119 and associated equipment i. Provide system Built-In-Test (BIT) procedures, quick operational test procedures and full operational test procedures j. Provide changes to Air Force flight manuals and maintenance technical orders 3. Installation of APX-119 Transponder into the T-38A/B aircraft. (This will be an optional task dependent on USAF Organic Depot capability.) a. Provide a Contractor Field Team to travel to each base to complete the TCTO b. Perform operational check of the system with Government personnel present for acceptance and certification 3. SCHEDULE This effort is planned to begin in Fiscal Year 2016. 4. GENERAL INFORMATION Interested parties must submit complete printed or electronic responses to each of the following points of contact: Mike Garner Chad Galioto 6072 Fir Ave, Bldg 1233 6072 Fir Ave, Bldg 1233 Hill AFB, UT 84056-5820 Hill AFB, UT 84056-5820 Phone: 801-775-3801 Phone: 801-586-0690 Email: michael.garner.9@us.af.mil Email: chad.galioto@us.af.mil Please include the following information: A. Company/institution and any teaming or joint venture partners B. Relevant organization contact information, to include address and Point of Contact with telephone number and e-mail address C. Company status (large, small business, 8a, etc) based on NAICS Code 334220 D. Would you recommend any other NACIS Code and why? E. Company Cage Code F. A statement as to whether the company is domestically or foreign-owned; if foreign, please indicate the country of ownership G. Answers to the questions identified in Section 5 of this document, in the order indicated below Responses are due no later than 1500 MST Monday, 22 February 2016. All responses from feasible sources will be fully reviewed. However receipt of responses will not be provided. Interested firms should submit routine communications concerning this potential acquisition to Mike Garner, Contracting Officer, at the contact information above. Please limit your response to no more than 10 single-sided 8 ½ x 11 pages, double-spaced, minimum 12 point font size. e-mail prefered. 5. INFORMATION REQUIRED This Market Research seeks to obtain information regarding industry capability to satisfy the hardware and software development and integration requirements of this program. Questions and Information Requested 1. Provide information on proposed GPS receiver circuit card. 2. Provide your company's capabilities and experience performing similar avionics system or sub-assembly modification work. 3. Provide your company's capabilities and experience in obtaining FAA Type Certification. 4. Is your company capable of obtaining the appropriate data rights required to perform this effort? 5. Explain how your company will address software or firmware modification. 6. What engineering data and/or drawings are required for your company to develop/integrate the components listed in Section 2 of this document? 7. Provide your company's capability and experience integrating transponder systems into military aircraft. 8. Provide your company's capability and experience installing transponder systems into military aircraft. 9. If your company plans to subcontract any of the work, what percent would be subcontracted?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/2016-01-05-MG/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN04011947-W 20160207/160205234358-d3f02e3328b4bdbe4f3b0716dda8670f (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 |