MODIFICATION
B -- Advanced Radome Evaluation System (ARES) - Posting Clarifications
- Notice Date
- 10/29/2018
- Notice Type
- Modification/Amendment
- NAICS
- 5417
— Scientific Research and Development ServicesT
- 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
- FA8634-19-R-9999
- Archive Date
- 12/18/2018
- Point of Contact
- Matthew S Albert, Phone: 9377137384
- E-Mail Address
-
matthew.albert.3@us.af.mil
(matthew.albert.3@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 29 October 2018 Clarifications to Original Posting Advanced Radome Evaluation System (ARES) Background: The Government is conducting market research to identify possible non-developmental sources that may possess the expertise and capabilities performance, design, development, test, and validation requirements for the Advanced Radome Evaluation System (ARES). These requirements are based upon the electrical test specifications for the F-15 RMP wideband nose radome. Sample requirements are outlined within the attached draft Functional Requirements Document (Attachement 1). The drawings/technical data can only be disseminated pursuant to DoD Directive 5230.25. This provides representative illustrations and definition of the types of operations and manufacturing capabilities needed. Review of these drawings will be necessary in order for a potential Offeror to provide a response. The Contracting Officer may only provide this information to qualified U.S. Contractors. Potential Offerors must immediately email to the Contracting officer, matthew.albert.3@us.af.mil the following information: Offeror Name: Address: Cage Code: Phone: Name of Offeror Representative: Your response must address your company's capability to meet the ARES technical requirements, manufacturing schedule, and production/support capabilities. If after reviewing this information you desire to participate by responding to this RFI, you should provide documentation that supports your company's ability to meet the ARES technical requirements. Failure to provide adequate documentation will inhibit the government's assessment of your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). Both large and small businesses are encouraged to participate. Joint ventures or teaming arrangements are permissible. North American Industry Classification System (NAICS) Code for Small Business Purposes is 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing. Please provide the following business information for your company, institution, or for any teaming or joint venture partners: Company Name; Address; Point of Contact; CAGE Code; Phone Number; E-mail Address; Web Page URL; and Size of business pursuant to (NAICS) Code. Based on the above NAICS Code, state whether your company is: Small Business (Yes / No); Woman Owned Small Business (Yes / No); Small Disadvantaged Business (Yes / No); 8(a) Certified (Yes / No); HUBZone Certified (Yes / No); Veteran Owned Small Business (Yes / No); Service Disabled Small Business (Yes / No); System for Award Management (SAM) (Yes / No). Include a statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Response to this notice shall consist of a short (10 pages or less) initial White Paper response describing your ability to produce the design in the attached draft statement of work (attachment 2). The White Paper shall include the following details: (1) General statement of your company's capability and capacity to install the ARES and in the number requested; (2) Brief explanation of your experience in building similar complex build-to-print products; (3) Estimated production cost for each ARES install; (4) Approximate lead-time for acquiring your product. Response should be in an electronic format that is compatible with Microsoft Windows and Office 2013. The data can be submitted on CD-R/DVD-R along with a paper copy. The CD should be provided to Mr. Matthew Albert at the address below not later than 03 December 2018. Questions should be submitted to Mr. Matthew Albert at matthew.albert.3@us.af.mil. The CD/DVD, cover label, and paper copy shall be marked "Proprietary/Competition Sensitive Information." Proprietary/competition sensitive information will be protected from disclosure. No classified information should be included in contractor submittals. This is a request for information only and is not a solicitation for offers. This notice is issued for market research purposes and does not constitute a Request for Proposal (RFP) or commitment to issue an RFP; however, the Government reserves the right to issue a solicitation based upon its needs and the results obtained from this RFI. The government will not reimburse participants for any expenses associated with the information provided in response to this RFI. Acknowledgment of receipt will not be made. Submittals will not be returned to the sender. The level of security clearance and amount of foreign participation in this requirement has not been determined.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8634-19-R-9999/listing.html)
- Place of Performance
- Address: Department of the Air Force, AFLCMC/WWQK, 2725 C Street, Bldg 553, Wright-Patterson AFB, Ohio, 45433-7981, United States
- Zip Code: 45433-7981
- Zip Code: 45433-7981
- Record
- SN05136665-W 20181031/181029230427-ccf18e3d7418bfa019e6b96dd59e8b25 (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 |