Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2020 SAM #6664
SOURCES SOUGHT

16 -- WC-130J SFMR DPU Refresh

Notice Date
2/25/2020 11:56:20 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8504 AFLCMC WLNKA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA850420SFMRRFI
 
Response Due
3/19/2020 1:30:00 PM
 
Archive Date
04/03/2020
 
Point of Contact
Jill Thornton, Phone: 4789267296
 
E-Mail Address
jill.thornton@us.af.mil
(jill.thornton@us.af.mil)
 
Description
WC-130J Stepped Frequency Microwave Radiometer (SFMR) Data Processor Unit (DPU) Refresh PURPOSE/DESCRIPTION: � The United States Air Force Reserve Command (AFRC) is upgrading the current WC-130J Stepped Frequency Microwave Radiometer (SFMR) Data Processor Unit (DPU) hardware, software and operating system (OS). The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet the requirements to upgrade the hardware and software components of the WC-130J SFMR DPU.� The SFMR DPU resides in the Aerial Reconnaissance Weather Officer (ARWO) console in the WC-130J Hurricane Hunter cargo bay.� The updates to both hardware and software application support National Hurricane Operations Plan (NHOP) requirements.� THIS IS A REQUEST FOR INFORMATION (RFI) ONLY.� This RFI is issued solely for information and planning purposes/market research only, and does not constitute a solicitation for proposals, offers, bids, and/or quotes � it does not constitute a Request for Proposal (RFP) or a promise to issue a RFP in the future.� This notice is not a confirmation that the Government will contract with any contractor for the items contained in this RFI and does not serve as a commitment on the part of the Government to award a contract.� Responders are advised that the U.S. Government shall not pay and/or reimburse respondents and/or their associates for any expenses incurred to submit the requested information in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense.� All information received in response to this RFI that is marked proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.� Not responding to this RFI does not preclude participation in any future RFP nor does it ensure participation, if any is issued.� If a solicitation is released, it will be synopsized on the Beta.Sam.Gov website, (formerly FBO.gov).� It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Should you desire to participate in the market research, provide a written response that supports your company�s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess 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 in this Market Research.� Joint ventures or teaming arrangements are encouraged. The incumbent contractor is ProSensing, Inc. in Amherst, Massachusetts. ProSensing currently holds proprietary data required for upgrade and production of the SFMR DPU. The Government does not own or have access to the data for this system. Part I.� Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: Address: Point of Contact: CAGE Code: DUNS #: Phone Number: E-mail Address: Web Page URL: � The proposed North American Industry Classification System (NAICS) Code is 334511, (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing). �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) SDVOSB������������������������������������������������� (Yes / No) Registered in SAM� �������� ����������� ����������� (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Part II. Technical Objectives The contractor will be required to furnish all material, support equipment, tools, test equipment, services, and facilities.� The contractor will be responsible for producing, providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor�s facility.� A total of 17 DPUs will be sent by the 53rd Weather Reconnaissance Squadron (WRS) to the Contractor in lots of three or four to have the upgrade installed.� The Contractor shall return DPUs to the field site at Keesler AFB in ready-to-install condition. The contractor will be required to produce the list of items below. Table I - PARTS DESCRIPTION PART NUMBER SFMR Processor Assembly SFMR2005W-P � The Contractor must provide sufficient information to allow the government to understand the vendor�s experience with the technical objectives. The contractor must provide examples of other projects that delivered similar objectives. Engineering services efforts are required to identify correct and consolidate the changes into a final government approved deliverable TDP for the SFMR DPU USAF on WC-130J aircraft.� This includes associated program management and support planning requirements.� The contractor shall deliver a Program Protection Implementation Plan (PPIP).� The contractor shall integrate the PPIP activities in the IMP/IMS. The contractor shall derive requirements from the PPIP and put into specification(s), trace, and verify through the Systems Engineering Processes.� Program Protection includes the following areas: Cybersecurity to include Trusted Systems and Networks (TSN), Cyber Resiliency, Anti-Tamper, and Information Protection. The government shall be able to participate in all testing. � Recommendations regarding how Industry can help the Government meet the following technical objectives are encouraged. � Produce the components/parts listed in Table 1. Perform Aircraft Surveys as necessary. Provide technical and engineering support during SFMR DPU upgrade development. Produce a quality system plan. Design, develop, and assemble upgraded DPUs in accordance with terms of the contract. Provide unique item identifiers (IUID), encoded data elements, and comply with IUID registration upon delivery, in accordance with Defense Federal Acquisition Regulations Supplement (DFARS) clause 252.211-7003, using the criteria and information requirements in MIL-STD-130N. Provide an initial weight and balance analysis as requested. Develop an initial report with preliminary weight and balance information and a final report with calculated weight and balance information. Provide training at Keesler AFB, Mississippi for maintenance and flight crew personnel. Training will cover the SFMR DPU upgrade, maintenance, hands-on and flight training concepts. Maintenance training shall focus on maintenance, troubleshooting, repair, and servicing of the SFMR DPU. Flight crew training shall consist of an overview of upgraded software features and their use during missions. Document, maintain, and update configuration control and existing technical data (drawings, drawing tree; etc.) for any item affected by this modification. Provide configuration control as associated with the exercised option(s). Update and maintain engineering data for the life of this contract and incorporate all changes Government directed or otherwise. Provide quality assurance and manufacturing procedures shall ensure each item, as built, delivered, and installed, conforms to applicable engineering standards and the approved design drawings. � Part III. Capability Survey Questions If the Contractor is not capable of producing, developing, testing, and upgrading the items listed below, describe a proposed plan to accomplish all requirements under this program. Note: Government cannot provide drawings or repair manuals. Describe Contractor�s capability to produce, inspect, test, and upgrade part number SFMR2005W-P to most current configuration IAW OEM drawings / repair manuals. Describe Contractor�s capability to produce, inspect, test, and perform operational check or ATP, and upgrade part number SFMR2005W-P to the most current configuration IAW OEM drawings / repair manuals. Describe Contractor�s capability to train personnel on the changes to the SFMR DPU. Briefly describe standard warranty terms and conditions including length of time. Describe Contractor�s capability to provide Supply Chain Management for all repaired items. Responses must be sent electronically to the POCs listed in the Beta.Sam.Gov posting. Please ensure data is in a readable electronic format that can be received through a firewall.� Adobe .pdf or Microsoft three-letter file extensions (i.e. .doc) are strongly recommended.� Attachments shall not to exceed 10 MB per email.� Please limit response to 15 pages, 12 pt. font, Times New Roman.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7fd2e929e0784aa7aebd91aa5d5f2ea5/view)
 
Record
SN05572358-F 20200227/200225230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.