Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOURCES SOUGHT

Y -- AN/FPS-117 Radar Dome Design and Manufacture Capabilities

Notice Date
2/11/2016
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous 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
FA8217-16-R-DOME
 
Point of Contact
Lance S Hardman, Phone: (801) 586-2144
 
E-Mail Address
lance.hardman@us.af.mil
(lance.hardman@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
AN/FPS-117 Radome - Sources Sought For planning and information purposes, the Air Force Life Cycle Management Center, Tactical Shelters, Radomes, and Towers (TSRT) Program Office (AFLCMC/HBZIB) is seeking potential sources of radomes for the AN/FPS-117 Long Range Radar (LRR) system. Background The AN/FPS-117 LRR was designed and built by General Electric Aerospace in the early 1980s. The radome used to protect the AN/FPS-117 LRR from the elements was the existing CW-396 radome used on the previous radar system. This CW-396 radome is expensive to maintain and does not meet all of the necessary electrical characteristics. The AN/FPS-117 radar systems are located in Hawaii (one), Puerto Rico (one), Alaska (15), and across northern and eastern Canada (10). Additionally, there is an engineering facility in Utah (1). Purpose The purpose of the proposed task is to identify contractors capable of manufacturing radomes that meet the electrical characteristics required by the AN/FPS-117 radar and that are more cost effective to maintain. An Engineering Specification for the AN/FPS-117 Radome, containing the electrical specification a new AN/FPS-117 radome, must meet. Contractor and all subcontractors must have an approved Form DD 2345 and a Joint Certification Program certification number to receive a copy of the specification. For a contractor without current approval, Form DD 2345 is available at http://www.dlis.dla.mil/jcp/. Form processing requires approximately 5 business days. Questions regarding completion of Form DD 2345 may be referred to the Configuration Manager, contact information below. To receive a copy of the document listed above, submit a request to: Configuration Manager Tactical Shelters, Radomes, and Towers (TSRT) Program Office, AFLCMC/HBZIB 6029 Wardleigh Rd, Bldg 1207 Hill AFB, UT 84056. Market Survey •1. Please describe your company's experience in •a. Designing radomes that would meet the electrical characteristics described in the engineering specification cited above. •b. Determining the anticipated periodic maintenance costs of such a radome.. •2. Please provide the size of your business with regard to North American Industry Classification System (NAICS) Code 334220 per the standard described in Federal Acquisition Regulation (FAR) Part 19.102 (FAR available at http://farsite.hill.af.mil ) If you believe another NAICS better suits this effort, please propose the alternate NAICS. and the rationale for the alternative code. •3. Please provide a budgetary rough order of magnitude estimate of the price of an individual radome and any anticipated discounts for increased quantities. •4. Please provide a rough order of magnitude estimate of manufacturing lead time(s). •5. Please provide a budgetary rough order of magnitude estimate of the price to install an individual radome and any anticipated discounts for increased quantities. Notice and Disclaimer This is not a solicitation but rather an informational and planning notification to disclose Air Force intent for the design, manufacture and fielding of the item described. This notice does not constitute a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers or proposals, and cannot be accepted by the Government to form a binding contract. This notice does not commit the Government to contract for any product or service whatsoever. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this notice. All costs associated with responding will be solely at the responding party's expense. Any resulting procurement action will be the subject of a separate, future announcement. Information is provided for disclosure purposes and any potential strategy for this acquisition may change prior to any solicitation release. The Air Force reserves the right to use information received in developing its acquisition strategy, Statement of Objectives, Statement of Work, Purchase Description and/or Specifications. Any proprietary information that is submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked and clearly identified in accordance with applicable Government regulations. The Government requests that non-proprietary information be submitted in response to this notice. However, should proprietary information be submitted, it should be marked "PROPRIETARY", and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Information in this notice is current as of the date of this posting. This information is subject to change and is not binding on the Government. Updated information may be provided in future announcements, as applicable, and posted electronically on the Federal Business Opportunities website. Not responding to this notice does not preclude participation in any future solicitation, if one materializes. Information from this market research may be used to finalize determinations relative to the Buy American Act and other considerations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8217-16-R-DOME/listing.html)
 
Place of Performance
Address: Various locations, some remote, at Radar Sites around the Globe., United States
 
Record
SN04018025-W 20160213/160211234603-34110bd272762f681b89a5eb7ef65452 (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  © 1994-2020, Loren Data Corp.