Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2021 SAM #7029
SOURCES SOUGHT

H -- Sources Sought: B-52 COMMON VERY LOW FREQUENCY INCREMENT 1 (CVRi1) ENVIRONMENTAL TESTING

Notice Date
2/24/2021 12:56:10 PM
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
FA8628 AFMC AFLCMC/WWB WRIGHT PATTERSON AFB OH 45433-7148 USA
 
ZIP Code
45433-7148
 
Solicitation Number
FA864021C0001
 
Response Due
3/11/2021 1:00:00 PM
 
Archive Date
03/26/2021
 
Point of Contact
Maty Daramola, Aleksandr Oumarbaev
 
E-Mail Address
maty.daramola@us.af.mil, aleksandr.oumarbaev@us.af.mil
(maty.daramola@us.af.mil, aleksandr.oumarbaev@us.af.mil)
 
Description
SOURCES SOUGHT SYNOPSIS (SSS): The Government is conducting market research and identifying potential sources that possess the capability to meet the requirements as specified in the Program Description Below. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541380 with a size standard of $16.5M. The purpose of this SSS is to determine if there are any businesses available who are capable of performing the following effort. THIS IS A REQUEST FOR INFORMATION ONLY. This is a market research tool to determine the availability and adequacy of potential sources and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this SSS. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this SSS will be solely at the responding party�s expense. Not responding to this SSS does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this beta.SAM website for additional information pertaining to this SSS. INSTRUCTIONS: 1. Below is the description of the requirements as well as a Contractor Capability Survey, which allows you to provide your company�s capabilities. 2. If, after reviewing the enclosed information, you desire to participate in the market research, you should provide documentation 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.). 3. Both large and small businesses are encouraged to participate in this Market Research. 4. Questions relative to this market survey should be addressed via email to Maty Daramola (AFLCMC/WBD), maty.daramola@us.af.mil. Verbal questions will NOT be accepted. 5. Businesses responding to this announcement should indicate their size, particularly if they are a small disadvantaged business, a socially and economically disadvantaged business, a woman-owned business, a service disabled veteran-owned small business, a HUB zone small business concern, and should indicate if the firm is foreign-owned. PROGRAM DESCRIPTION AND REQUIREMENTS: The United States Air Force, Air Force Materiel Command, Air Force Life Cycle Management Center (AFLCMC), is conducting market research to identify parties having the capabilities to perform environmental testing and analyses needed to qualify the Very Low Frequency/Low Frequency (VLF/LF) Line Replaceable Units (LRU) to the environmental specifications in the B-52 Modification Planning Guide (MPG). The LRUs consist of a Key Generator Receiver-72 (KGR-72), a Portable Time Source (PTS-317), and a Human Machine Interface (HMI-203): Rockwell Collins Key Generator Receiver-72 (P/N 0N833431?2) Rockwell Collins Human Machine Interface (P/N 822-3322-002) Rockwell Collins Portable Time Source (P/N 822-3323-002) The objective of this requirement is to provide operationally relevant testing and analysis to fulfill gaps which exist between published CVRi1 Specifications and Boeing�s B-52 platform Modification Planning Guide Requirements. The Contractor shall provide recommendations for any environmental criteria not meeting the B-52 specifications. The Contractor shall furnish all material, support equipment, tools, test equipment, and services to support this requirement. Place of performance will be at the contractor's facilities. The Air Force does not intend to provide any GFE for this requirement. Anticipated Award Date: May, 2021. Anticipated Contract Delivery Date: 5 months after contract award. CONTRACTOR CAPABILITY SURVEY: Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners. 1. Company/Institute Name 2. Address 3. Point of Contact 4. CAGE Code 5. Phone Number 6. Email Address 7. Web Page URL All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a Department of Defense contract. Part II. Capability Survey Questions 1.�Document experience working with/on the Rockwell Collins Key Generator Receiver-72 (P/N 0N833431?2). 2. Document experience working with/on the Rockwell Collins Human Machine Interface (P/N 822-3322-002). 3.�Document experience working with/on the Rockwell Collins Portable Time Source (P/N 822-3323-002). 4.�Document ability to test environmental specifications on the Rockwell Collins Key Generator Receiver-72 (P/N 0N833431?2). 5. Document ability to test environmental specifications on the Rockwell Collins Human Machine Interface (P/N 822-3322-002). 6. Document ability to test environmental specifications on the Rockwell Collins Portable Time Source (P/N 822-3323-002). 7. Document ability to obtain the Rockwell Collins Key Generator Receiver-72 (P/N 0N833431?2) to support requirements. 8.�Document ability to obtain the Rockwell Collins Human Machine Interface (P/N 822-3322-002) to support requirements. 9.�Document ability to obtain the Rockwell Collins Portable Time Source (P/N 822-3323-002) to support requirements. RESPONSE FORMAT INSTRUCTIONS: All email correspondence shall contain a subject line that reads �VLF Environmental Testing�. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, or .xls documents are attached to email. Submit responses electronically to maty.daramola@us.af.mil. Responses must be limited to ten pages (8.5 x 11) in length (Times New Roman 12pt font). The response cover page is not included in the ten page count, but each page after the cover counts. Any pages beyond the cover and ten page limit will not be considered. Response shall be submitted no later than 11 March 2021, 4:00PM EST.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2fbd6fec260c4e0ba5d0caa2ca5d7512/view)
 
Record
SN05926181-F 20210226/210224230119 (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.