Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 16, 2016 FBO #5258
SOURCES SOUGHT

16 -- TH-1H Automatic Dependent Surveillance-Broadcast (ADS-B) Compliance - Draft PWS

Notice Date
4/14/2016
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
TH-1H_ADS-B_RobinsAFB
 
Point of Contact
William J. Grun, Phone: 478-926-4430, Marcus R. Green, Phone: 478-926-7272
 
E-Mail Address
william.grun@us.af.mil, marcus.green.7@us.af.mil
(william.grun@us.af.mil, marcus.green.7@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
A draft copy of the Performance-Based Work Statement (PWS) for the TH-1H Automatic Dependent Surveillance-Broadcast (ADS-B) System Request for Information: TH-1H Automatic Dependent Surveillance-Broadcast (ADS-B) Compliance This market survey is being conducted to identify potential sources that may be able to support identification and integration of a Commercial off the Shelf (COTS) Automatic Dependent Surveillance-Broadcast system for use on the USAF TH-1H aircraft. Sole source to L-3 Communications/TCS is anticipated due to the lack of detailed technical data and the lack of government engineering expertise on the current integrated configuration of existing COTS systems in the TH-1H Avionics Suite. This effort will require the performance of an antenna placement analysis, non-recurring engineering for system integration, design reviews, development of Airworthiness documentation, aircraft integration technical data packages, kit-proof support, trial installation support, ground and flight test support, and fielding support for a COTS ADS-B system. Contractor shall furnish all material, support equipment, tools, test equipment, and services. The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor's facility. Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. In accordance with FAR 52.215-3: a. The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. b. Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. c. This solicitation is issued for the purpose of market research. INSTRUCTIONS: 1. Below is a document containing a description of the ADS-B solution requirement and a Contractor Capability Survey, which allows you to provide your company's capability. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Questions relative to this market survey should be addressed to the PCO William "Joe" Grun, (478) 926-4430, william.grun@us.af.mil.   Request for Information: TH-1H Automatic Dependent Surveillance-Broadcast (ADS-B) Compliance PURPOSE/DESCRIPTION We are conducting market research to identify potential sources for performance of an Antenna Propagation Study, engineering services for system integration, design reviews, development of Airworthiness documentation, aircraft integration technical data packages, kit-proof support, trial installation support, ground and flight test support, and fielding support for a Commercial Off the Shelf (COTS) Automatic Dependent Surveillance-Broadcast system for use on the USAF TH-1H aircraft. On May 28, 2010 the Federal Aviation Administration announced the Final Rule on ADS-B Out performance requirements to support Air Traffic Control services. The mandate requires aircraft operating in controlled airspace within the Continental United States to be equipped with ADS-B Out no later than January 1, 2020. The rule has since been incorporated in Title 14 of the Code of Federal Regulations (14 CFR) part 91, § 91.225 and § 91.227. Due to the change in Federal Regulations, the TH-1H helicopter must be incompliance when operating in designated classes of airspace within the U.S. National Airspace System (NAS) by January 1, 2020. To meet the requirements of 14 CFR, the following tasks will be required: Antenna Propagation Study, engineering design for system integration, design reviews, development of Airworthiness documentation, aircraft integration technical data packages, kit-proof support, trial installation support, ground and flight test support, and fielding support. The integration of ADS-B will require an interface with the TH-1H Glass Cockpit avionics suite, integrating data inputs from the Enhanced Software Configurable Air Data Unit (ESCADU), Global Positioning System (GPS), Transponder (MST-67A), and ARINC 429 Databus. At this time, the Government does not possess the engineering knowledge or expertise of how each of the existing COTS systems in the TH-1H Avionics have been integrated due to lack of access to proprietary Original Equipment Manufacturer (OEM) data. Additionally, the Government does not possess a detailed Level III Technical Data Package (TDP) for the TH-1H Glass Cockpit avionics suite.   The Automatic Dependent Surveillance-Broadcast Solution should meet the following requirements: - Antenna Propagation Study shall be conducted to prevent interference with existing antenna architecture - A Wide Area Augmentation System (WAAS) GPS will be required - The minimal performance requirements and test procedures are listed in RTCA/DO-282B, Minimum Operational Performance Standards for Universal Access Transceiver (UAT) Automatic Dependent Surveillance Broadcast (ADS-B), December 2, 2009 - To comply with performance requirements, the hardware required shall be on the FAA Approved Model List. A listing of FAA-Approved ADS-B system can be found at http://www.faa.gov/nextgen/equipadsb/equipment/   CONTRACTOR CAPABILITY SURVEY TH-1H Automatic Dependent Surveillance-Broadcast (ADS-B) Compliance Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: 336411 Based on the above NAICS Code, state whether your company is: • Small Business (Yes / No) • If not a small business, does your business have an existing small business subcontracting plan? (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 Veteran Small Business (Yes / No) • System for Award Management (SAM) • ISO 9001:2008 certification (Yes / No) • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Written responses, no facsimiles or e-mails please, must be received no later than close of business April 29, 2016. Please mail two (2) copies of your response to: AFLCMC/WIUKB Attn: William Grun 235 Byron Street, Suite 19A Robins AFB GA 31098-1600 Questions relative to this market research should be addressed to William "Joe" Grun, (478) 926-4430, william.grun@us.af.mil. Part II. Capability Survey Questions A. General Capability Questions: 1. Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. 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). 3. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 4. Are there specific requirements in the documentation that we provide that would currently preclude your service from being a viable solution to our requirement? 5. What experience do you have in ADS-B solutions for rotary wing aircraft? B. Commerciality Questions: 1. Is there established catalog or market prices for our requirement? 2. If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and the general public? 3. Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 4. Describe your standard warranty and return process for goods and services furnished to the government for similar items in nature to this requirement. C. Engineering Services Questions: 1. Describe your experience in performing antenna placement analyses for rotary wing aircraft. 2. Describe your capabilities and experience in integrating multiple COTS components into an aircraft's avionics suite, including subcontractor involvement. Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis and cost management. 3. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items: a. Contract Number b. Procuring Agency c. Contract Value d. Services Provided 4. Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. 5. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/TH-1H_ADS-B_RobinsAFB/listing.html)
 
Place of Performance
Address: AFLCMC/WIUKB, 235 Byron Street, Suite 19A, Robins AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN04084530-W 20160416/160414234835-feaf09c5e37d9b96dabc872b304dcddf (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.