Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2016 FBO #5475
SOURCES SOUGHT

16 -- E-3 AWACS Emergency Locator Transmitter (ELT) Antenna - Operational Safety Suitability & Effectiveness (OSS&E) Checklist - Performance Work Statement (PWS)

Notice Date
11/17/2016
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
E-3_AWACS_ELT_Antenna
 
Archive Date
12/17/2016
 
Point of Contact
Monique M. Ramirez-Nichols, Phone: 4056227268
 
E-Mail Address
monique.ramirez-nichols@us.af.mil
(monique.ramirez-nichols@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement - E-3 Airborne Warning and Control System (AWACS) Emergency Locator Transmitter (ELT) Antenna Replacement Operational Safety Suitability & Effectiveness (OSS&E) Checklist - E-3 Airborne Warning and Control System (AWACS) Emergency Locator Transmitter (ELT) Antenna Replacement E-3 AWACS Emergency Locator Transmitter (ELT) Antenna Solicitation Number: TBD Agency: Department of the Air Force Office: Air Force Life Cycle Management Center (AFLCMC) Location: E-3 AWACS Division, Tinker AFB, Oklahoma This is a Sources Sought Synopsis. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of market research being conducted by the Air Force to identify capable potential sources. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is: a) 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing; and/or b) 336413 - Other Aircraft Parts and Auxiliary Equipment manufacturing. INSTRUCTIONS FOR RESPONSE: Responses must include the following: name and address of firm, telephone numbers and email address, capabilities related to the task areas below, business size by NAICS code, average annual revenue for past 3 years and number of employees; ownership; whether they are a large business or a small business such as small disadvantaged, 8(a), HUBZone, veteran owned, woman-owned, etc., number of years in business; affiliate information: parent company, joint venture partners; intent to participate in the any potential acquisition as a prime offeror; list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). There is no page limitation however please limit pages to the minimum amount and submit on 8 1/2 by 11 paper and no smaller than 10 point font. In addition, respondents are requested to provide commercial pamphlets, operating or maintenance manuals. Electronic access to the requested information is acceptable. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their responses. This Sources Sought Synopsis does not constitute a Request for Proposals (RFP), or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Request for Information. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. The Government will evaluate the information provided, include it in our market research, and use it as needed during the development of any further procurement action. In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work required by the Government. ATTENTION: Contractor must be registered with System for Award Management (SAM) to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. SYNOPSIS: Air Force Life Cycle Management Center anticipates a contract requirement to provide a design and manufacturing solution through a Form, Fit, and Function Replacement for the E-3 AWACS ELT Antenna to the Air Force Life Cycle Management Center, E-3 AWACS SPO, Tinker AFB Oklahoma. The contractor shall provide engineering and manufacturing services to AFLCMC/HBS, E-3 Airborne Warning and Control, System (AWACS) Division, AFLCMC/HBSD, hereafter referred to as "AFLCMC/HBS" or "the Government". Additionally, AFLCMC/HBSD will be the focal point for USAF support on this contract. LOW FREQUENCY ADF LOOP ANTENNA: The E-3 ELT Loop Antenna system is experiencing Diminishing Manufacturing Sources (DMS), which requires a cost effective solution. The contractor shall provide to the Government, a ELT Antenna replacement design solution for the E-3 AWACS aircraft. To accomplish this, the contractor shall provide engineering services to perform analysis and design for a Form, Fit, and Function Replacement for the E-3 AWACS LF ADF Loop Antenna. Further, the contractor shall manufacture and supply installation kits for the ELT Antenna designed to the Government for installation on the USAF E-3 AWACS aircraft. The contractor shall determine a replacement for the ELT Antenna, Part # S65-8280-7 and NSN 5985-01-199-0844, that meets the above requirement for a Form, Fit, and Function Replacement. The Capability Statement shall succinctly address the following twelve items to demonstrate the contractor's capability to perform the requirements of the task: (1) The contractor's potential capability to use an existing antenna as a sufficient replacement for the current E-3 ELT Antenna with existing air worthiness data, testing completed, and supporting artifacts; and (2) The contractor's technical ability to perform at least 50% of the cost incurred for the task with personnel from its own employees; and (3) The contractor's previous technical experience (within past 5 years) with aircraft antennas of one or multiple varieties listed by NSN and part number, model type and name, unit cost, and which airframe/s it is used on; and (4) The contractor's engineering and manufacturing capacity; such as the size, variety, and magnitude of antenna work that can be performed, the amount of equipment or facilities to be involved in the task and the size of the staff needed to design and manufacture this solution; and (5) The contractor's ability to effectively manage multiple subcontractors in order to conduct all of the remaining requirements of the task that will not be performed with its own employees; and (6) The contractor's logistical capability to obtain all necessary engineering and manufacturing items and deliver a quality product within schedule parameters; and (7) The contractor's ability to have the technical data and interface data available either by reverse engineering all associated parts or by obtaining the data from the OEM; and (8) The contractor's quality assurance methods during (1) pre-production, (2) production, (3) post-production, and (4) delivery; and (9) The contractor's previously demonstrated ability to replace, retrofit, or design aircraft antenna of similar variety to the E-3 ELT Antenna; and (10) The contractor's ability to provide compliance and certification artifacts for items such as airworthiness, environmental impact, safety, etc.; and (11) The contractor's ability to meet the requirements given in sample form in the "Sample PWS, Section 2.0, Task Requirements"; and (12) The contractor's process and capability to verify and complete the items listed in the OSS&E checklist attached to this document. Demonstrated ability to manage, technical ability and capacity may include citing (using contract and/or Task Order Number) and describing the same or similar relevant performance but does not limit the interested contractor's approach to demonstrate capability. NOTE: Only information provided in the written Capability Statement shall be considered. DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATIONTO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THESE SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/E-3_AWACS_ELT_Antenna/listing.html)
 
Place of Performance
Address: Tinker Air Force Base, Oklahoma, Oklahoma City, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN04330721-W 20161119/161117234227-edcf31a5aae8ca5f09fa1cd9f10214ce (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.