Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
SOURCES SOUGHT

A -- Test & Evaluation Technologies for Ranges, Armaments & Spectrum (TETRAS)

Notice Date
4/15/2016
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIE - Eglin, 205 W D Ave, Bldg 350, Ste 414, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA2487-16-R-0235
 
Archive Date
5/31/2016
 
Point of Contact
Nick Griswold, Phone: 8508831003, Erik J. Urban, Phone: 850-882-5261
 
E-Mail Address
nicholas.griswold.2@us.af.mil, erik.urban@us.af.mil
(nicholas.griswold.2@us.af.mil, erik.urban@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Solicitation: FA2487-16-R-0235 Agency/Office: Air Force Materiel Command Location: AFTC/PZIE - Eglin Title: TETRAS Indefinite Delivery/Indefinite Quantity (IDIQ) Multiple Award Contract Description: Research and Development - Request for Information Test & Evaluation Technologies for Ranges, Armaments & Spectrum (TETRAS) Response Date: 16 May 2016 NAICS Code: 336419 and FSC AC53 Security Information: Range from Confidential to Top Secret. This Request for Information is issued in accordance with the Federal Acquisition Regulation (FAR) clause 52.215-3 (Request for Information or Solicitation for Planning Purposes - Oct 1997) and is published to obtain information and industry input for use by the Air Force Test Center (AFTC). This request is for information and planning purposes only. This notice does not constitute an Invitation For Bids or Request For Proposals, and is not to be construed as a commitment by the Government. There is no bid package or solicitation document associated with this announcement. This posting is issued to create a conduit between AFTC/PZIE and industry to communicate on an upcoming research and development (R&D) contract vehicle for, but not limited to, quick reaction, test and evaluation, developing, prototyping, and limited fabrication/manufacturing. This new contract will encompass work scope previously acquired via the Command, Control, Communications, Computer, Intelligence (C4I) Munitions Test Improvement Contract (CIMTIC) program. The estimated magnitude of the potential requirement is between$500M and $1B with a five-year basic ordering period and five option years totaling a ten-year ordering period. The scope of this contract will not include any aspects of Advisory & Assistance Services (A&AS). AFTC/PZIE is seeking information from sources that may possess the ability to rapidly develop and apply unique solutions for specialized hardware and software and/or prototype systems and test equipment to develop or modify airborne and ground systems, facilities, and infrastructure urgently required for test, training and evaluation of Command, Control, Communications, Computer, Intelligence, Surveillance and Reconnaissance (C4ISR), munitions systems, and electronic combat/countermeasures within live and virtual test parameters. Testing may be accomplished on DoD System-of-Systems, subsystems, system components, and system support items. Test includes analysis, inspection, or test through acceptance, qualification, or developmental or operational demonstrations IAW system engineering best practices. The Government will acquire all hardware, software, and support necessary to support systems used on airborne platforms involved with the test process, tests of ground based, airborne, and space borne ordnance/armament systems and supporting guidance/control, seeker/sensor, navigation or ranging systems and may include radars, high energy lasers, high power microwave, and other new technologies for systems in development. This effort may include acquisition of support equipment to include but not limited to laboratory test equipment with typical design and measurement capacities and ancillary equipment such as power supplies, antennas, and equipment mounting hardware, and may also acquire specialized system equipment designed for C4ISR, munitions or electronic combat systems verifications or specialized test sets necessary to perform system operational checkout or automated built-in-tests. In addition, range systems have been impacted by the National Broadband Plan and associated spectrum sell off. To ensure continued test support in any spectrum, this effort may acquire specialized hardware, software, test equipment, facility upgrades, and support necessary to transition equipment at Eglin AFB and its associated ranges from operations in frequencies auctioned by the Department of Commerce IAW the National Broadband Plan and support development of technologies for aiding in spectrum sharing, migration, and efficient usage. Efforts may include ground based, aeronautical mobile telemetry, airborne, and space borne data transfers for any DoD range user system. This requires the contractor to be proficient in all of the following processes and disciplines: develop initial designs, redesigns or modifications, modeling and simulation, prototype fabrication, integration, installation, limited manufacturing or fabrication of components, systems or test hardware, test execution, user training, and production or fielding transition support. Specific requirements will be defined in individual delivery orders. This notice is conducted to identify potential sources capable to provide cost-effective test capabilities for ranges, armaments/weapon systems, and spectrum support for the 96th Test Wing's Range Group, Eglin Air Force Base, Florida. This Request for Information is published for planning purposes only. Response to this notice is strictly voluntary and will not affect any potential offeror's ability to submit an offer if a solicitation is released. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this notice or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the government will arise as a result of preparing submissions in response to this notice and the Government's use of such information. Submittals will not be returned to the sender. Respondents to this notice may be asked to provide additional information/details based on their initial submittals. The information requested will be used within the Air Force and may be disclosed outside of the agency. All information marked PROPRIETARY will be safeguarded in accordance with applicable Government regulations. Interested sources who believe they can meet a significant portion of these technical requirements should provide a statement of capabilities that provides the following information related to their demonstrated experience and capabilities: (a) Contract information and program information describing your experience in the past three years relative to the objectives and tasks identified in the Draft Statement of Work. (b) Demonstrated capability in each of the following areas: Design/redesign of C4ISR, electronic combat, and munitions test systems; design/engineering analysis in all aspects of test; hardware development and fabrication or limited rates of production; software/engineering development and integration; instrumentation and equipment development and integration; test and evaluation support in the laboratory and in the field; technical documentation packages; demonstrations and training of new design items; project and subcontract management, and any other work related to requirements described in the notice. All interested organizations are encouraged to submit capabilities packages addressing the specific capabilities identified in paragraph (a) and (b) above. Submittals will be reviewed for information demonstrating these capabilities. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. The resulting evaluation of all organizations providing capabilities packages will be considered in determining the acquisition strategy, specifically in determining for which (if any) small-business concerns this acquisition will be set-aside in accordance with FAR 19.5. The Air Force anticipates competitively awarding multiple Indefinite Delivery Indefinite Quantity (IDIQ) contracts utilizing these contract types: Firm-Fixed Price (FFP), Cost-Plus-Fixed-Fee (CPFF), and Cost-Reimbursement (CR). The Air Force anticipates the ordering period will be ten years if all options are exercised. The proposed North American Industry Classification System (NAICS) code for this acquisition is 336419, with a small business standard size of 1,000 employees. In the response, interested sources should identify company name, point of contact, e-mail address, telephone and facsimile numbers, Federal CAGE Code, Data Universal Numbering System (DUNS) number, and business size indicating whether you are a small or large business for the purposes of the assigned NAICS. All prospective contractors must be registered in the System for Award Management (SAM) database (www.sam.gov) to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM registration. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Limit your response to this market survey to a maximum of fifteen (15) pages to be received NLT 8:00 AM., Central Standard Time on 16 May 2016. Submissions shall be e-mailed to nicholas.griswold.2@us.af.mil. Note: If any portion of this requirement results in a small business set aside, that portion shall be performed in accordance with FAR 52.219-14, Limitations on Subcontracting, which requires a small business firm to perform at least 50% of the total requirement using employees within its own company. Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities. An Ombudsman has been appointed to address the concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the Program Manager or Contracting Officer, but communicates Contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified below. The Ombudsman is Colonel Todd M. Copeland, 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784; phone 661-224-2810; fax 661-277-7593. Collect Calls will not be accepted. Advanced Notice for the TETRAS IDIQ Industry Day A Draft RFP will be posted to FBO that will contain the information regarding an Industry Day planned to be held in August 2016. The Industry day will cover topics such as the Statement of Work (SOW) to include disciplines, Contract terms and conditions, Labor Category Descriptions (used for pricing purposes), and sections L&M. Contracting Office Address: 205 W D Ave, Bldg 350, Ste 414 Eglin AFB, Florida 32542 United States Primary Point of Contact: Nick Griswold, Contract Specialist nicholas.griswold.2@us.af.mil Phone: 850-883-1003
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9848a2c474b132b20eddd0a0c5b09001)
 
Place of Performance
Address: AFTC/PZIE, 205 W D Ave, Bldg 350, Ste 414, Eglin AFB, Florida 32542, United States, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN04085575-W 20160417/160415234307-9848a2c474b132b20eddd0a0c5b09001 (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.