SOURCES SOUGHT
58 -- RFI QRIP III
- Notice Date
- 8/11/2017
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HQ Air Force Test Center (AFTC) - Edwards, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- PZIEATENGRFI
- Archive Date
- 8/29/2017
- Point of Contact
- Kathleen Palen, Phone: 6612752538, Tylan J. McBride, Phone: 661-277-2704
- E-Mail Address
-
kathleen.palen@us.af.mil, tylan.mcbride.2@us.af.mil
(kathleen.palen@us.af.mil, tylan.mcbride.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement constitutes a Request for Information (RFI) to afford industry an opportunity to provide information regarding their capabilities for providing the following requirement located at Edwards AFB, CA. This is not a Request for Quotation (RFQ) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the U.S. Government to form a binding contract. Parties that respond will not be paid for the information submitted. The Air Force is hereby requesting capability statements and other information from interested sources. The 412 TW/TENG seeks development of a Generation III Quick Response Instrumentation Package (QRIP Gen III); The QRIP Gen III will be developed around the ADSR-4003F-6 ruggedized, flange-mounted unit capable of functioning as Chapter 10 multiplexer and recorder configuration. GENERAL INFORMATION: The 412th Test Engineering Group is in the process of determining the acquisition strategy to develop the QRIP III. Below is the developmental approach the QRIP III will be based upon: Modify the Advanced Data Server Recorder ADSR-4003F-1 to the ADSR-4003F-6 configuration. The ADSR-4003F-6 shall provide the following capabilities: •· Support 3 recording media with minimum total capacity of 768 gigabytes and secure erase functionality. •· 2 Gigabit Ethernet ports •· 2 Fibre Channel inputs •· 4 IEEE 1394b input ports •· 1 GPS RF input •· 1 stereo audio input •· 1 IRIG B DC input for time synchronization •· Chapter 10 recording IAW RCC Document IRIG 106-15 Telemetry Standards •· 4 general purpose outputs and 6 general purpose inputs for control and status. •· Support BIM-394A, FCH-402A-1, GPS-401-1 •· Provide IRIG 106-15 Chapter 4 PCM Output of selected bus measurands Design of new cards to function in the ADSR-4003F-6 based upon functionality of existing models BIM-394E-1 AIM-2004E-X card, FCH-304L-2 AIM-2004E-X card, GPS-101B-2 AIM card and GPS functionality in the NSW-12GT 12-port switch as follows: •· Keep the existing basic functionality of each item listed above. •· All cards shall be redesigned to integrate (size, bus interface,...) with the modified ADSR-4003F-6. •· The BIM-394A (modified BIM-394E-1) shall provide two independent 400 Mbps, IEEE F-351394b interfaces. •· The FCH-402A-1 (modified FCH-304L-2) shall provide two full duplex Fibre Channel ports, each supporting 2.125 Gbps operation, utilizing 850nm nominal wavelength, over 50/125μm multimode (MM) fiber and employing optical transceiver. •· The GPS-401-1 (modified GPS-101B-2 plus NSW-12GT GPS functionality) receiver card and time source shall receive and process X GPS Satellite channels, interface to 50 ohm GPS antenna cable, support passive or active antennas (0V, 3.3V or 5V) and generate IEEE 1588 network time for the ADSR-4003F-6 (modified ADSR-4003F-1) as a Master or Slave. A Firm fixed price Contract will be awarded. System for Award Management (SAM) registration is mandatory for this contract (see SAM website at sam.gov). Responses will contribute to the Market Research Report as part of the acquisition strategy development process. Sources responding are invited to provide input and recommendations concerning contract type, contract clauses, and other aspects of the acquisition and anything else that may help to develop an efficient and effective acquisition program. If sufficient responsible and capable sources are identified, a formal RFQ will be posted on FedBizOps. Interested parties are requested to furnish a capability statement detailing their capabilities to provide these services, include highlights of experience on similar government or commercial contracts/agreements. In addition, please indicate business size (Large or Small), cage code/DUNS, provide a list of any contracts or other agreements similar in nature, the program/project name, contract number or other identifier, administering office/address, and the point of contact with the current telephone number. Please provide your response in Microsoft Word or a Microsoft Word compatible format. Submissions should be to the point and no more than 10 double spaced pages. Responses shall not be proprietary and will be unclassified. Interested firms are requested to submit the information no later than 14 August 2017 at 4:00pm PST. Small Business sources responding should state their business size status based on the NAICS referenced above and whether they are interested as a prime or subcontractor. Replies to this RFI should be sent via email to: Primary Point of Contact.: Kathleen Palen Kathleen.palen@us.af.mil Phone: (661) 275-2538 Secondary Point of Contact: Tylan McBride tylan.mcbride.2@us.af.mil Phone: 661-277-2704
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/PZIEATENGRFI/listing.html)
- Place of Performance
- Address: Edwards AFB, Edwards, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN04624196-W 20170813/170811231400-d7e6e882ff4716121ae963974371ee5a (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 |