Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2017 FBO #5698
SOURCES SOUGHT

70 -- F-16 Simulator Cockpit Display Refresh - Sources Sought Synopsis Doc

Notice Date
6/28/2017
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
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
FA8224-17-SSS-4808
 
Point of Contact
Emily J. McCollaum, Phone: 8015860647, Andrea Bean, Phone: 8017770166
 
E-Mail Address
emily.mccollaum.2@us.af.mil, andrea.bean.1@us.af.mil
(emily.mccollaum.2@us.af.mil, andrea.bean.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis - Description NOTICE: This is not a solicitation but rather a Sources Sought to determine potential sources for information and planning purposes only. 1- 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 336413, with a corresponding size standard of 1,250 employees. The contractor shall ensure that all applicable Commercial-Off-The-Shelf (COTS) IA and IA- enabled products comply with AFI 33-200, Information Assurance. Some of these products must be Committee on National Security Systems Policy 11 (CNSSP-11) compliant, requiring them to be validated by accredited labs under the National Information Assurance Partnership (NIAP) Common Criteria Evaluation and Validation Scheme or National Institute of Standards and Technology (NIST) Federal Information Processing Standards (FIPS) Cryptographic Module Validation Program (CMVP) as identified in the sections below. 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 support 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. Program Details: The European Participating Air Force (EPAF) Simulator Working Group (SWG) has designated the 309th SMXG to upgrade the F-16 Weapon System Trainer (WST) to include replacing the Color Multi-Function Displays (CMFD) and Data Entry Displays (DED) within the cockpit. Line Item: 0001 PN: DED Description: Data Entry Display Quantity: 5 Each Line Item: 0002 PN: CMFD Description: Color Multi-Function Display Quantity: 10 Each This is a Brand Name or Equal requirement. Equal options to the brand name mentioned will be evaluated against the following Essential Salient Characteristics. Essential Salient Characteristics: Data Entry Display (DED) - Driven Technologies - P/N 800915 • Mean time between failure > 10 years • Integrate with MLU EPAF F-16 cockpit • 8.250" assembly length • RS232 serial interface • Capable of displaying all required fonts and characters of EPAF F16 • Smooth dimming range of LEDs • Fully NVIS Compatible (Type II, Class B) • Hardened aluminum case • Resolution 192 X 64 LED Pixels • Viewable Area 1.03 X 3.10 inches • Pixel Format X/Y Matrix • Contrast Ratio 1.4:1 • Brightness ≤ 0.04 ≥ 60fL • Viewing Angle (CR≥10:1) Horizontal: ±80° Vertical: ±80° • Operating Conditions -40°C - +85°C • Remote interface box that connects to DED head o See Figure 1 for dimensions o Power - 230-240 VAC 50Hz (C14) o J1 interface - From interface box to DED head o J2 interface - 9 pin connection interface for RX/TX of RS232 serial data o J3 interface - 9 Pin connection with pins for 0-5Vac @ 400Hz brightness control A FIGURE OF THIS ITEM IS ATTACHED IN THE SOURCES SOUGHT SYNOPSIS - DESCRIPTION DOCUMENT Color Multi-Function Display (CMFD) - Driven Technologies - P/N 800916 • Integrate with MLU EPAF F-16 cockpit • EPAF F16 LCD screen • Cover glass over LCD • 5.06" H x 5.23" W 8.75"L Body dimensions • Integrated cooling • 3.85"x3.85" visible screen area • Bezel dimensions: 5.61" x 5.61" • MTBF greater than 15,000 hours • NVIS compatible • Analog video interface o J3 Video Input o 15-Pin VGA or DVI-I (Must have pins for analog signal) • Ethernet Bevel interface (UDP interface) o J2 Interface  RJ-45 Ethernet  UDP for OSB, Brightness, Contrast controls • Power Interface o 28VDc power o 0-5Vac @ 400Hz Bezel lighting J1 Power Pin# Description A1 28Vdc 1 0-5VAC @ 400 Hz Bezel Lighting 2 0-5VAC @ 400 Hz Bezel Lighting Rtn 3 N/C 4 N/C 5 N/C A2 28 VDC Rtn The information in this notice is based on the best and most current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements and posted electronically on the Federal Business opportunities homepage at www.fbo.gov. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! The Government is interested in all small businesses including 8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The Government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar support offered to the Government and to commercial customers. 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. The Government will use this information in determining its small business set-aside decision. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). Commodity Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. Please provide the GSA contract number applicable to this requirement. Responses may be submitted electronically to the following e-mail address: emily.mccollaum.2@us.af.mil andrea.bean.1@us.af.mil RESPONSES ARE DUE NO LATER THAN: 3:00 pm MST, July 14, 2017
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-17-SSS-4808/listing.html)
 
Place of Performance
Address: Hill AFB, Hill AFB, Utah, 84056, United States
Zip Code: 84056
 
Record
SN04560447-W 20170630/170628234335-9103555b590eee71e4c19bfb7b341975 (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.