Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2018 FBO #6013
SOURCES SOUGHT

16 -- F-16 AIFF Antenna Coupler Set

Notice Date
5/9/2018
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Arizona, 5645 East McDowell Road, Phoenix, Arizona, 85008-3442
 
ZIP Code
85008-3442
 
Solicitation Number
RFI-AATC-AIFF
 
Archive Date
7/24/2018
 
Point of Contact
Kathleen H. Durco, Phone: 5202956938, Sheldon S. Brown, Phone: 520-295-6946
 
E-Mail Address
kathleen.h.durco.civ@mail.mil, sheldon.s.brown.civ@mail.mil
(kathleen.h.durco.civ@mail.mil, sheldon.s.brown.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a request for information (RFI) for operational test purposes only and is not a notice of solicitation issuance. Response to this RFI is strictly voluntary and will not affect any corporation's ability to submit an offer if and when a solicitation is released. There is no bid package or solicitation document associated with this announcement. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The National Guard Bureau (NGB), on behalf of its Air National Guard Air Force Reserve Test Center (AATC), is seeking information about potential sources interested and capable of providing an F-16 compatible advanced identification friend or foe (AIFF) antenna coupler set. This set would be used to provide a "direct connect" operational checkout capability for the F-16C (Blocks 25/30/32) and F-16CM (Blocks 40/42/50/52) in order to eliminate over-the-air transmission of IFF signals, which would eliminate DD-1494 requirements to obtain frequency authorizations prior to operational checks. This RFI constitutes a market research tool for the collection and analyses of information to determine the capabilities and capacity of contractors for an F-16 AIFF antenna coupler kit compatible with the TS-4530A/UPM Radar Test Set (NSN 6625-01-562-0715). •· Interested firms having the capabilities necessary to meet or exceed all aspects required to eliminate over-the-air RF IFF signals during F-16 AIFF/IFF ground checkout operations, while directly connected to the TS-4530A/UPM Radar Test Set, may submit answers to questions below and/or capabilities statement packages. •· A transmittal letter shall include: Name and address of the company Cage Code List all North American Industry Classification System (NAICS) codes your firm is registered under: 1. Company's business size status 2. In accordance with the terms and conditions of the Small Business Administration our firm is a certified: _____ 8(a) certified small disadvantaged business _____ Certified service-disabled veteran-owned small business _____ Veteran-owned small business _____ Certified HUB-Zone small business _____ Small disadvantaged business _____ Woman owned small business _____ Economically-disadvantaged woman-owned small business _____ Minority _____ Native American tribal firm _____ Alaskan native corporate _____ Native Hawaiian owned small business _____ Small business A point-of-contact to include phone number, fax number, and email address based on the attached our firm would be interested in proposing on this project as a: ______ Sole contractor ______ Prime contractor (if small business) performing at least 50% of the work with subcontractor( s), ______ Prime contractor (if small business) performing at least 50% of the work with the following team member subcontractor(s) (Insert business name, business size, cage code, and work which will be subcontracted), or _______ Joint venture with (insert business name, business size, and cage code). (See FAR subpart 9.6 for government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513, HUB-Zone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19. 1403 (c) and 13 CFR 125.15(b).) _______ Other teaming agreement (please explain) This RFI is for planning purposes and is not to be construed as a commitment by the NGB to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader responsibility to monitor the FEDBIZOPPS.GOV for any resultant or future solicitation package(s). The Government requests comments from interested parties to the following questions: 1. Would you be interested in submitting a proposal considering the anticipated scope of work items? If not, why? 2. Do you have sufficient experience in the anticipated scope items that would allow the evaluator to assess your capability? If not, please explain. 3. What maximum annual capacity of work can your firm reasonably manage while assuring effective program/project implementation and maintaining quality products? Provide any relevant information that demonstrates the ability to manage, execute and administer a project with several task orders located in multiple regions of the Continental United States? 4. Would limits on subcontracting IAW FAR 52.219-14 (small businesses) affect the ability to perform? Please explain. 5. Have commercial procedures been used to complete any or all of the scope of services described above? 6. Do you have a current Defense Contract Audit Agency audit? 7. Provide your experience in performing work similar in scope and magnitude to the work described in the attached performance work statement. Scope of work: Please provide examples and provide the contract number; type of service; dollar amount; complexity; type of contract; period of performance; and a brief description of the scope of services. Please explain how your firm participated (as the prime or subcontractor or teaming partner or joint venture). 8. Do you have a project management and cost tracking system in place that can accommodate both routine task order work as well as undefined response actions that may be added any time during the field effort? 9. Do you have a master subcontracting plan? 10. If you are a small business, would you consider submitting a proposal as a prime contractor? 11. What is the normal length of a contract for the product or service previously/currently worked? 12. If applicable, have performance based services been used for those services previously/currently worked? If so, how did regulatory standards affect metrics? Where incentives used? What kinds of performance assessment methods are commonly used? 13. Do you have any other comments or suggestions that you would like to share with us? Please e-mail responses to kathleen.h.durco.civ@mail.mil no later than 09 July 2018. Responses must include in subject line "Request for Information: F-16 AIFF Antenna Coupler Set for F-16C and F-16CM models." This is an RFI to be used in planning a future acquisition, please do not send in any proposals. Request for proposals, if and when issued, will be available via the Internet at www.fedbizopps.gov. As such, it is the potential offerors responsibility to monitor these sites for the release of any additional information. At this time, the NGB does not guarantee any future contracts; and, responses to this sources sought notice do not bind NGB to any agreement with the responder, be it explicit or implied. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All responses should be submitted electronically using PDF, HTML, MS Word, or PowerPoint formats. Responses shall not exceed 15 pages excluding cover page, 8 1/2" X 11", font size not smaller than 10 * ONLY written responses will be accepted. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. Statement of Work For F-16 AIFF Antenna Coupler Set ANG REQUIREMENTS Background: The Government requires an F-16 AIFF Antenna Coupler Set compatible with the TS-4530A/UPM Radar Test Set, necessary to eliminate over-the-air IFF/AIFF antenna frequency transmissions while allowing for the full capability to check all transponder and interrogator IFF modes associated with the F-16's multiple IFF/AIFF configurations (APX-101, APX-113, APX-124, APX-125). I. Scope: The contractor shall provide an antenna coupler set capable of mounting over the F-16 aircraft's four fuselage-mounted array antennas (part number 1003003G-1), the Blk 25/30/32 slanted/dual band upper IFF antenna (P/N DM CNI 22-1 or 9-33-2), the Blk 40/42/50/52 upper IFF antennna (P/N S65-5366-116L) and the lower UHF/IFF antenna (P/N DM CNI 22-2 or DM CNI 22-14-1). Additionally, each antenna coupler will be equipped with a coax connecting a coax line to the TS-4530A Radar Test Set to allow for direct connect testing. The couplers will be equipped with Electro Magnetic Interference gaskets, capable of eliminating stray transmissions and interference. The coupler set must be fully transportable in a ruggedized carrying case designed to military specification (Mil Spec) MIL-PRF 28800 Class 1 (ruggedized case). In addition, the coupler set will have the following features or attributes at a minimum: 1. Operate in the frequencies of 1030 megahertz (MHz) and 1090 MHz 2. Weigh no more than 65 pounds when in its case 3. Can operate at a temperature between -40 °centigrade (C) to +55 ° C 4. Less than 5.5 decibel (dB) loss during transponder operations with coupler and cable attached. 5. Less than 13 dB loss during interrogator operations with coupler and cable attached 6. Voltage Standing Wave Ratio (VSWR) of less than 3:1 7. Coaxial cable at least 20 feet in length II. Objectives: The equipment will enable the ANG to perform F-16 IFF and AIFF operational checkout procedures without needing to implement DD Form 1494 Frequency Authorization Requirements while interfacing with the fielded TS-4530A/UPM Radar Test Set to check Modes 1, 2, 3/A, C, 4, 5, and S. It is imperative that local air traffic control and local aircraft do not receive interrogator or transponder signals when the AIFF antenna couplers are being used to test the F-16's AIFF and IFF systems.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02/RFI-AATC-AIFF/listing.html)
 
Place of Performance
Address: 1600 E. Super Sabre Drive BLDG 10, Tucson, Arizona, 85706, United States
Zip Code: 85706
 
Record
SN04916039-W 20180511/180509230609-55c95df620d65913189513a7f9821822 (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.