Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 05, 2017 FBO #5826
SOURCES SOUGHT

66 -- Modernization of the B-2 Crash Survivable Memory Unit (CSMU)

Notice Date
11/3/2017
 
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, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
FA8110-18-R-0002
 
Archive Date
12/16/2017
 
Point of Contact
Joe Starzenski, Phone: 405 739-5523, Susan Wilson, Phone: 4057395522
 
E-Mail Address
joe.starzenski@us.af.mil, susan.wilson.5@us.af.mil
(joe.starzenski@us.af.mil, susan.wilson.5@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
B-2 CRASH SURVIVABLE MEMORY UNIT (CSMU) This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the United States Air Force to identify potential sources and to determine if this effort can be competitive or a Small Business Set-Aside. The purpose of this announcement is for Market Research only In Accordance With (IAW) Federal Acquisition Regulation (FAR) Part 10 and is being issued IAW FAR subpart 15.201(e). No reimbursement shall be made for any costs associated with providing information in response to this announcement or any follow up information requests. Nothing shall be construed herein or through this market research process to commit or obligate the Government to further action as a result of this research. Description: AFLCMC WWZ Sustainment Branch located at Tinker Air Force Base is requesting information, pursuant to FAR PART 10, in support of Market Research to identify potential sources to complete a modernization effort of the Flight Data Recorder (FDR) Sub-system on the B-2 Spirit. The project includes replacing the Crash Survivable Memory Unit (CSMU) Line Replaceable Unit (LRU) with an adapted Commercial Off The Shelf (COTS) CSMU, modifying the Flight Data Recorder Processor (FDRP) if required to operate with the replacement CSMU, and updating the Flight Data Recorder Processor FDRP Operational Flight Program (OFP) to include additional FID data. The effort also includes developing and testing any hardware required to adapt the COTS CSMU to the existing sub-system components, cables, and/or software/firmware. Candidate COTS CSMU replacements must have a proven record of being adapted/installed on military aircraft, and be compliant with current FAA and USAF requirements for FDRs including a 25-hour recording capability for Flight Information Data (FID). Candidate recorders must be adapted for use with the B-2's existing legacy FDR sub-system components including the FDRP and the FDRP Operational Flight Program (OFP). Candidate replacement COTS CSMUs must also be equipped with an Underwater Locator Beacon (ULB). The Government will use information provided by vendors to determine the best future acquisition strategy for this procurement, inclusive of the need to do an Industry Day and/or Pre-solicitation Conference. The government does not have the interface control document that describes the interface between the FDRP and the CSMU nor the design documentation for the FDRP OFP, qualification requirements, or associated technical data to provide to potential sources. The FDR sub-system Original Equipment Manufacturer (OEM) L3Aviation Products (Electrodynamics), Cage 06141. The components associated with this effort are identified below: Item/Nomenclature Cage/PartNumber NSN Crash Survivable Memory Unit (CSMU) 06141/1490002-0001 6610-01-368-0232 Flight Data Recorder Processor (FDRP) 06141/1490001-0001 6610-01-368-8344 The proposed North American Industry Classification Systems (NAICS) Code is 334511, which has a corresponding Size Standard of 1,250 employees for small business classification. The Government is interested in obtaining responses from all businesses interested and capable of performing this effort to include, Large Business, Small Business, Small Disadvantaged Businesses 8(a), Service-Disabled Veteran-Owned Small Businesses, Hub zone Businesses, and Women-Owned Small Businesses. Questions: 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 recorders offered to the Government and/or 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. The contractor shall be capable of furnishing all required labor, material, facilities and equipment to adapt a COTS recorder, support system integration and flight testing at government facilities, adapt and deliver up to 30 adapted COTS replacement CSMU units, modify up to 30 FDRP units, and provide the support equipment and technical documentation (data) needed to repair/sustain the replacement CSMU as well as support equipment to download and sanitize Flight Information Data (FID) from the CSMU. The government requests that interested parties respond to this notice in writing including details of your ability to obtain required data from the system or sub-system OEM (s) needed to fully integrate your replacement CSMU into the current FDR sub-system. Company and employees must have secret security clearance. Company must provide classified storage and communication capability. Responses shall include company description with overview of history of developing/adapting aviation flight data recorders to include how many years in the industry, numbers of recorders/FDRs manufactured, numbers of COTS recorders/FDRs adapted for use on military aircraft, and names of most recent USAF platforms that procured adapted recorders/FDRs. Submit the following information: Company Name and address, Cage Code, DUNs Number, Company business size by NAICS code, Small business type(s) (if applicable), Point of contact for questions and/or clarification, Telephone Number, fax number, and email address, Web page URL, Teaming partners (if applicable), OEM License/Agreement/Manual. Provide any recommendations and/or concerns. Responses and/or questions to this synopsis will be posted through FBO. Government Point of Contact: All in t e re st e d p a r ti e s are encouraged to send c o m p a n y a n d /or des cr i p tive l i t e r a tu r e alo n g w ith r e s p o n s e s, qu e stio n s a n d /or c om m e n ts t o Mr. Joe Starzenski joe.starzenski@us.af.mil or address: AFLCMC/WWK ATTN: Joe Starzenski, Contracting Officer 7180 Reserve Rd, Bld 1083 Tinker AFB, OK 73145-3028 (405)-739-5523 joe.starzenski@us.af.mil All responses must be in writing (electronic email responses are preferred); no telephone calls or facsimile will be accepted. All r e s p o n s e s m u st be r e ce ived n o lat e r t h an 1600 CS T, 1 Dec 2017. Contractors not responding to this RFI will not be precluded from participation in any future solicitation, if issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8110-18-R-0002/listing.html)
 
Place of Performance
Address: United States
 
Record
SN04731640-W 20171105/171103231048-e81edfebb0ce254d7ce5100087069812 (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.