Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 26, 2021 SAM #7300
SOURCES SOUGHT

58 -- Directed Infrared Countermeasures System for Large Aircraft

Notice Date
11/24/2021 7:42:58 AM
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
FA8638 AFLCMC WNQ WRIGHT PATTERSON AFB OH 45433-7205 USA
 
ZIP Code
45433-7205
 
Solicitation Number
FA863822R0018
 
Response Due
12/14/2021 2:00:00 PM
 
Archive Date
12/29/2021
 
Point of Contact
Justin Carbone, Madelyn McMurry
 
E-Mail Address
justin.carbone.3@us.af.mil, madelyn.mcmurry@us.af.mil
(justin.carbone.3@us.af.mil, madelyn.mcmurry@us.af.mil)
 
Description
Update - 24 November 2021: Sources Sought Q&A (as of 24 November 2021) posted to Attachments/Links This is a Sources Sought Synopsis; there is no solicitation available. Requests for a solicitation will not receive a response. This Sources Sought Synopsis is published for market research purposes only to assess whether there are businesses capable of providing a directed infrared countermeasures system for large aircraft that counters Man Portable Air Defense System (MANPADS) and portable air defense missiles for use on Department of Defense (DoD), other United States government aircraft and select foreign military sales. The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining the specific acquisition strategy to be utilized in the event the USAF elects to acquire the items described in the announcement. If there is sufficient demonstrated interest and capability among small business contractors, a Small Business Set-Aside shall be initiated. A key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding team arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. If this effort is not set-aside for small business, small business utilization will be considered. Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. If a company is capable of some, but not all of the consolidated requirements stated in this sources sought synopsis, please provide a response that explains the requirements for which you are capable. Request that respondents complete and return a capabilities statement, as described below, to identify firms that possess the capability to design, fabricate, install, test and provide product support for a directed infrared countermeasures system for large aircraft that counters MANPADS and portable air defense missiles to WPAFB OH. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. The required level of security clearance is SECRET. **A Foreign Ownership, Control or Influence (FOCI) may submit capability statements in response to this Sources Sought Synopsis (SSS) provided it has a Facility Clearance level issued by DSCA (Defense Security Cooperation Agency). �Proof of a Facility Clearance Agreement must be provided with the submitted capability statement.� Please advise if the FOCI already has�an agreement with US and would already have a Security agreement in place with US.�� https://www.dcsa.mil/mc/ctp/foci/ ALL INQUIRIES AND/OR RESPONSES ARE DUE NO LATER THAN 5:00 P.M., EASTERN STANDARD TIME, 14 DECEMBER 2021. This announcement requests businesses in the industry and other interested parties provide feedback, which will help improve WPAFB's understanding of the industry and its ability to satisfy this requirement. WPAFB is particularly interested in the availability and potential size of discounts and savings that may result from the acquisition of a directed infrared countermeasures system for large aircraft that counters MANPADS and portable air defense missiles. TECHNICAL REQUIREMENTS: Design approaches shall be in compliance with the following technical requirements. While this document reflects existing performance requirements, the proposed system will require evolution with technological enhancements/improvements to increase system capability against upgraded and modernized threat systems, and meet operational safely, suitability, and effectiveness requirements through a system�s operational life cycle. The Air Force Large Aircraft Infrared Countermeasures Program Office, Air Force Life Cycle Management Center, Wright Patterson AFB Ohio, is considering contracting with companies that possess capabilities to accomplish hardware/software design, fabrication, integration, installation, test, documentation, and product support of a system that meets the requirements specified in this announcement. Installation hardware includes, but is not limited to, system and aircraft wiring, mounting structures, fairings and countermeasures system Line Replaceable Units (LRUs). Companies must be able to design, produce a system, and support hardware/software test activities which include qualification and design verification tests, ground and flight tests, and accomplish flight and operation certifications for modifications on commercial and military aircraft. Companies must be able to provide technical data, computer software, and test results in support of airworthiness requirements as outlined in **MIL-HDBK-516C and Federal Aviation Administration (FAA) regulations needed for Supplemental Type Certification (STC). The proposed system should have a Technology Readiness Level (TRL) Assessment of 7 or higher and a Manufacturing Readiness Level (MRL) Assessment of 9 or higher. Product Support on the proposed system includes the following functional requirements: Program/Business Management; Logistics and Product Support Management; Process Control Management for sustainment; Sustaining Engineering, to include Configuration Management, Reliability and Maintainability Analysis, and Diminishing Manufacturing Sources/Material Shortages (DMSMS); Support Equipment; Technical Data Management; Training; Packaging, Handling, Shipping & Transportation (PHS&T); Software Maintenance and Management; Depot Repair of Government Furnished Equipment /Government Furnished Material (GFE/GFM) LRUs and Test Stations; Material Support and Technical Field Support. Interested parties must be able to deliver and sustain a fully compliant system by February 2023. Typical aircraft types include, but not limited to, the following: � Boeing 747-400, Boeing 747-8, Boeing 737-400, Boeing 737-700 � Boeing C-17 � Boeing CH-147 � Boeing KC-46 � Boeing KC-135 � Bombardier BG5000 � Lockheed C-130J � Lockheed C-5 � Gulfstream C-37 � Lockheed HC/MC/AC-130J � FAA/Challenger CAPABILITIES STATEMENTS: Interested parties shall submit a capabilities package, with a cover letter, that is brief and concise, yet clearly presents evidence that the interested party is fully capable of providing the stated requirements with sufficiently qualified personnel. Do not submit classified data. Please do not include company brochures or other marketing information. The government is specifically interested in the following information: a. Evidence of your company's capability to provide the required product and capacity to perform and manage the work. � b. Evidence of your company's capability to develop designs and plans for the installation of a directed infrared countermeasures system on commercial or military aircraft. Analysis and design activities must be accomplished in the United States. � c. Given the USAF is not contemplating providing any engineering data related to the countermeasures system currently being procured, how would your company provide/acquire the associated engineering data required to support modification? Provide any current and relevant experience your company has related to major modification of large aircraft. � d. How would your company utilize an open systems architecture approach to support modifications to the aircraft? What is your experience in using open systems architecture? � e. What experience does your company have in developing, integrating and obtaining Information Assurance certification for military aircraft? � f. Describe your company's past experience over the last five years on previous projects similar in complexity to this requirement. � g. What is your system's ability to incorporate growth capabilities? � h. Describe your company's capabilities for generating, handling, processing and storing classified material. � i. Explain your company's ability to have, or have access to, facilities capable of housing aircraft during the installation of the proposed system hardware, aircraft interface hardware, system LRUs and ground testing. Facilities must be located in the United States. � j. What is your company's capability and experience in fabricating aircraft components in compliance with FAA and military standards? � k. What is your company's capability and expertise to accomplish commercial aircraft modifications in accordance with FAA standards and military aircraft modifications in accordance with military standards? � l. What is your company's capability and experience in supporting operational test activities? � m. Does your company have any production capacity limitations as it relates to the system described in this announcement? n. Provide a notional timeline of key program activities from contract award to initial fielding (to include but not limited to time needed to perform aircraft integration design and testing of proposed system; any non-recurring engineering; and production lead time from receipt of order). � Responses shall include company name, physical and mailing address, and point of contact with associated e-mail address and phone number. Firms responding to this announcement should indicate whether they are an other than small business, small business, Small Disadvantaged Business (SDO), Women-Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), 8(a)-certified business, Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), or Historically Underutilized Business Zone Small Business (HUBZone). The North American Industry Classification System (NAICS) code for this action is 334419, size standard 750 employees. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. Respondents should also include their corresponding Dun & Bradstreet Number (DUNS Number) and Commercial and Government Entity (CAGE) Code. A CAGE code can be obtained by successfully registering in the System for Award Management (SAM) at www.sam.gov."" Failure to provide documentation may result in the government being unable to adequately assess your capabilities. Capability statements shall be limited to a maximum of 20 pages. Proprietary information or trade secrets should be clearly identified. All information received in response to the sources sought synopsis that is marked PROPRIETARY will be handled accordingly. Proprietary information will be safeguarded in accordance with the applicable Government regulations.� All responses have to unclassified Interested firms should submit sufficient information which will permit evaluation of technical capabilities electronically via DoD SAFE within the response date of this announcement. The capabilities package must be sent through DoD SAFE file exchange system.� To request a DoD SAFE link, please email Justin Carbone, justin.carbone.3@us.af.mil, and Madelyn McMurry, Madelyn.mcmurry@us.af.mil. Electronic submissions should be in Microsoft Office or Adobe PDF compatible format. 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 the email. All submissions must be unclassified. You may direct all questions concerning this acquisition to Justin Carbone, justin.carbone.3@us.af.mil and Madelyn McMurry, Madelyn.mcmurry@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8f8eb9ab07394913aa98a1950e2d83a1/view)
 
Record
SN06185507-F 20211126/211124230122 (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.