Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
SOURCES SOUGHT

59 -- USAF UMTE Design for VME Card Cage Assembly Processor

Notice Date
11/8/2016
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
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
FA8250-SS-17-0001
 
Archive Date
1/9/2017
 
Point of Contact
Gregory Jayson Steed, Phone: 8017779245, Rebecca J. Jex, Phone: 8015863420
 
E-Mail Address
gregory.steed.1@us.af.mil, rebecca.jex@us.af.mil
(gregory.steed.1@us.af.mil, rebecca.jex@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information USAF Control and Reporting Center - AACE VME Card Cage Assembly NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. USAF UMTE Design for VME Card Cage Assembly, Processor; Item NSN Part Number CPU CCA 5998-01-502-3271 1043-5262-1 Time and Frequency Processor CCA 5998-01-502-3274 9805-7192-1 Digital I/O CCA 5998-01-502-3272 9805-7172-1 Resolver to Digital Converter CCA 5998-01-502-1802 8819-0495-1 Analog Ouput CCA 5998-01-502-1808 9805-0282-1 Serial Communication CCA 5998-01-502-1811 9805-5252-1 Video Interface CCA 5998-01-502-1805 9516-0260-1 Vidoe Analog Processor CCA 5998-01-502-3273 9805-7185-1 Video Digital Processor CCA 5998-01-406-6120 8819-7160-1 Scan Converter CCA 5998-01-502-3275 9805-7182-1 PRI Generator Assembly 5998-20-000-777 004412-2 PRI Generator Assembly 5998-20-000-7778 003456-7 NAICS code 541512 The Government is performing market research to identify budget requirements and sources of design for the UMTE VME Card Cage Assembly mentioned above. This Card Cage Assembly is a VME based computer that controls the function of an Unmanned Threat Emitter (UMTE) Remote Emitter Unit (REU). Reference drawings: Item Drawings Card Cage 1006-4202 Schematic, PL9805-0250-1 parts list, 9805-0250 assembly CPU CCA 1043-5260 Item Description Time and Frequency Processor CCA 9805-7190 Assembly Drawing Digital I/O CCA 9805-7170 Item Description Resolver to Digital Converter CCA 8819-0495 Item Description Analog Ouput CCA 9805-0282 Assembly Drawing Serial Communication CCA 9805-5252 Altered Item Drawing Video Interface CCA 9516-0260 Assembly Drawing, 9516-0262 Schematic Video Analog Processor CCA 9805-7185 Assembly Drawing, 9805-7152 Schematic Video Digital Processor CCA 8819-7160 Assembly Drawing, 8819-7162 Schematic Scan Converter CCA 9805-7182 Item Description PRI Generator Assembly SC5999-0066 PRI Generator Assembly SC5999-0066 Additional documents will be supplied upon request and dependent on availability to the government. Government objectives and requirements: •1. The design(s) shall meet the AN/TPT-T1 (V) Unmanned Threat Emitter (UMTE) requirements and shall be Form, Fit, Function and Interface (FFFI) replacements for the legacy Card Cage Assembly. •2. As an FFFI replacement, the new Card Cage Assembly shall interface to all existing UMTE systems to provide correct and reliable control of the UMTE Remote Emitter Units (REUs) and to provide correct RF signatures as required by all U.S. training ranges. •3. Upon award of contract, the Government will supply as GFE a legacy UMTE Card Cage Assembly. •4. Three prototypes shall be built for of the legacy Card Cage Assembly. •5. Complete ESS, EMI and field functional acceptance testing shall be completed and reported to the government. •6. Upon completion of the design effort, the designs, source code, prototypes, technical design data (production level data), design authority and testing data will become government property. •7. Respondents to this Sources Sought should include a rough order of magnitude (ROM) estimate of costs to create, deliver and test the prototypes and design package along with updated US Air Force T.O. pages. The government will use this ROM to budget for design of the Card Cage Assembly and will not use it as a negotiating or evaluating position for any responses to a possible follow on request for proposal (RFP). The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 541512 which has a corresponding Size standard of $27,500,000.00. 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 if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for 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. To be considered as a potential manufacturer/supplier source for this requirement, a Contractor will be required to submit technical data, in response to a solicitation, verifying their capabilities to produce/supply these items. The Contractor will be required to verify to the Government that the items are within Original Equipment Manufacturer (OEM) specifications. Respondents to this request will be retained in a file and subsequently provided a copy of the Request for Proposal (RFP) when issued. Responding to this request in no manner guarantees a contract will be awarded to the respondent for the manufacture/supply of this item. All information received in response to this announcement that is marked Proprietary will be handled accordingly. Responses will not be returned. In accordance with 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 responding to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8250-SS-17-0001/listing.html)
 
Record
SN04322945-W 20161110/161108234417-804e2a44d3dfd8fc924fd29319630366 (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.