SOURCES SOUGHT
16 -- Production of APX-114 and APX-119 Mode 5 Boxes
- Notice Date
- 3/1/2017
- 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, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8634-18-C-2700
- Archive Date
- 4/14/2017
- Point of Contact
- Noel J Burke, Phone: 9377136156
- E-Mail Address
-
noel.burke@us.af.mil
(noel.burke@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- F-15 MODE 5 PROGRAM SOURCES SOUGHT SYNOPSIS Purpose The Air Force Life Cycle Management Center (AFLCMC) F-15 Division (AFLCMC/WWQ), Wright Patterson Air Base is conducting a market survey to identify potential sources with the expertise, capabilities and experience to meet the requirements of the F-15 Mode 5 Program. This is not a request for proposals and responses will not be considered as a formal offer to the government nor result in a binding contract. Respondents are solely responsible for all expenses associated with responding to this synopsis. Written responses to this synopsis shall contain sufficient documentation to establish a bona fide capability to fulfill this requirement. The intent of this notice is not a request for competitive proposals. Information received as a result of this notice will be considered solely for the purpose of determining the appropriate acquisition type for the procurement. A determination by the Air Force not to open the requirement to full and open competition, based on response to this notice, is solely within the discretion of the Air Force. This notice does not constitute a solicitation for offers. This is not a request for proposals, and the Government will not pay for information received. Companies may be contacted if we need further information to fully understand the marketplace. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor the Fed Biz Opps (FBO) site for additional information pertaining to this Sources Sought. Any information provided in response to this Synopsis will be used for informational purposes only and will not be returned. Note that, if there is sufficient demonstrated interest and capability among small business contractors, a key factor in determining if an acquisition will be a small business set-aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and what type of businesses will be used for subcontracting (other than small business, small business, small disadvantaged business (SDB), women-owned small business (WOSB), economically disadvantaged women-owned small business (EDWOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business Zone small business (HUBZone). Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Note that, if this effort is not set-aside for small business, small business utilization will be considered. Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. Any information submitted by respondents to this Sources Sought is strictly voluntary. This Sources Sought does not constitute a Request For Proposal (RFP) or an Invitation for Bid. Sources Sought issuance does not restrict the Government's 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 this Sources Sought. Instructions for Responses A. Read description of the F-15 Mode 5 Program and its requirements, provided below, to determine if you believe your company has the expertise, capabilities, and experience to perform on this type of effort. B. If, after reviewing, you believe your company can meet the Mode 5 requirements and you desire to participate in this survey, you may provide documentation that supports your company's expertise, capabilities, and experience. To do so, provide answers to Capabilities and Business Information in accordance with Part II Communication, all shown below. Program Description The F-15 Program Office anticipates awarding a new contract for upgrading existing F-15 Mode 4 APX-114 Interrogators and APX-119 Transponders. The Mode 5 IFF upgrade will provide Mode 5 (Level 1) capability for the APX-114 and APX-119 on the F-15 models C/D/E via a hardware retrofit and software upgrade. Sources are sought to provide for the upgrade of Mode 4 capable APX-114 and APX-119 kits to Mode 5 capability, as well as an initial order of brand new APX-114 Mode 5 capable boxes to be utilized in a rotable pool. In particular, delivery of approximately 27 new Mode 5 capable APX-114 units will be required while approximately 450 APX-114 and APX-119 Mode 4 units will be supplied to the offeror for upgrade to Mode 5 capability. The period of performance will be 3 years from time of award, i.e., the USG desires to have the new Mode 5 units delivered and the Mode 4 to Mode 5 upgrades complete within three years from contract award. The offeror must be able to begin production and retrofit of the APX-114 and APX-119 boxes without any need for development, test, or configuration changes for an alternate solution. The solution must conform to the current F-15 configuration and not require any changes. Offeror must be able to provide Interim Contractor Support (ICS) repair, Government Furnished Equipment (GFE) repair, Inventory Control Point (ICP), System Engineering and Program Management (SEPM), and training for maintenance of the Mode 5 boxes during the performance of a production contract. The Offeror must demonstrate an ability to deliver all necessary data such as training materials, updated TCTO(s), updated TO(s), updated repair data, etc. The Government currently owns 25 retrofit kits that would be utilized for the upgrade of Mode 4 capable boxes to Mode 5. The Offeror must demonstrate an ability to utilize those kits in retrofitting Mode 4 capable boxes provided by the Government to the Mode 5 capability. The Government anticipates a rotable pool of approximately 52 APX-114 boxes and 52 APX-119 boxes. The Offeror is requested to provide estimates of how fast (in months from inception to delivery) groups of interrogators and transponders could be factory retrofitted and must demonstrate an ability to manage both sets of rotable pools as Mode 4 boxes arrive for retrofit and upgraded boxes are sent out to the field. It is anticipated that this is not a commercial item because this item is not used, sold, or made available to the commercial marketplace. Program Requirements The F-15 fleet has been fielded with the Mode 4 version of APX-114 and APX-119 since 2009. These units are Raytheon products and were originally procured and installed under the F-15 IFF Replacement Program. For the Mode 5 program, these units need to be upgraded with new software and new hardware. Capabilities: The capabilities package should be brief and concise, and clearly describe the capabilities of your company and the nature of the goods and/or services you provide, along with your ability to meet the stated requirements and assumed start date above. Please limit the response to 20 pages. The package shall include the following information: a. Recent, relevant experience in the above discussed areas b. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. If subcontractors are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. c. The Offeror is requested to provide estimates of how fast (in months from inception to delivery) groups of interrogators and transponders could be factory retrofitted. d. In the event of an incoming Mode 4 unit failing acceptance testing, the offeror must be capable of repairing that unit. e. Major Risks: Identify any major performance, schedule or cost risks anticipated. The contractor must be capable of providing brand new Mode 5 capable APX-114 interrogators. The contractor must also be capable of receiving Mode 4 APX-114 and APX-119 units and upgrading the software and hardware to Mode 5. In the event of an incoming Mode 4 unit failing acceptance testing, the offeror must be capable of repairing that unit. In accordance with AFFARS 5305.303 and AFI 16-201, foreign participation is excluded from participation. The contractor must also be able to provide ICS, GFE repair, ICP, SEPM, management of two rotable pools, and training during the performance of this production effort. The Offeror must demonstrate an ability to perform all of these tasks without the need for development, test, or configuration changes. A response offering other than the requirements in the above Program Description paragraph will be considered non-responsive. The Offeror may provide additional tasks required for successful production, installation, and fielding of the Mode 5 capable APX-114 and APX-119 not specified above with adequate justification in their response. Requested Responses Part I. Business Information: Please provide the following business information for your company and for any teaming or joint venture partners: Company Name: Adress: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: Facility and Security Clearance: Do your team members have a minimum of active Secret security clearance: (Yes / No) Explanation:____________________________________________________________ Does your organization already have a Communications Security Account? (Yes / No) North American Industry Classification System (NAICS) Code: 334511 [The size standard for this NAICS code is 1,250 employees (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing).] Based on the above NAICS Code, state whether your company is: - Small Business (Yes / No) - Women Owned Small Business (WOSB) (Yes / No) - Economically Disadvantaged Women-Owned Small Business (Yes/No) - 8(a) Certified (Yes / No) Date of Certification: ________________ - Historically Underutilized Business (HUBZone) Certified (Yes / No) - Veteran Owned Small Business (Yes / No) - Service Disabled Veteran Owned Small Business (SDVOSB) (Yes / No) - Domestically or Foreign owned  If Foreign, indicate the country of ownership All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. The NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM. Part II. Communication: If you choose to respond, e-mail your responses to Noel.Burke@us.af.mil. Marketing materials are considered an insufficient response and direct/succinct responses are preferred. Also, please mail one original signed copy of your response to: AFLCMC/WWQK, Bldg 556 Attn: Mr. Noel Burke 2690 Loop Road West Wright-Patterson AFB OH 45433 (937) 713-6156 All responses must be received no later than 30 days after posting in FBO. Your response should be not more than 20 pages (8.5 x 11 inches); MS Word; 12 point, one inch margins. Verbal questions will NOT be accepted. All questions will be answered via posting answers to the FBO website; except as provided above. Additionally, questions must NOT contain trade secrets or classified information. The Government reserves the right to not address questions received after 30 Days after posting in FBO. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. All information received in response to this Sources Sought that is properly marked as "proprietary" will be handled accordingly. Proprietary information must be clearly marked on the outside container and on the materials inside. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business set-aside, or a sole source acquisition. This is an INDUSTRY NOTIFICATION and is for INFORMATIONAL PURPOSES ONLY. This is not a solicitation. In accordance with FAR 15.201, this announcement shall not be construed as an obligation on the part of the Government. The Government does not intend to award a contract on the basis of this notice or otherwise pay for information solicited.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8634-18-C-2700/listing.html)
- Place of Performance
- Address: Offeror's Location, United States
- Record
- SN04419410-W 20170303/170301235143-4531cbe1c759b3bb5935a31cb303d053 (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 |