Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SPECIAL NOTICE

U -- Un-Manned Threat Emitter (UMTE) Comm Box Request for Information (RFI)

Notice Date
4/19/2023 11:05:49 AM
 
Notice Type
Special Notice
 
NAICS
335312 — Motor and Generator Manufacturing
 
Contracting Office
FA8210 AFLCMC HBZK HILL AFB UT 84056-5838 USA
 
ZIP Code
84056-5838
 
Solicitation Number
FA8210-23-UMTECommBoxRFI
 
Response Due
5/5/2023 11:00:00 AM
 
Point of Contact
Cydnee Simpson, Daniel Brock
 
E-Mail Address
cydnee.simpson@us.af.mil, daniel.brock.5@us.af.mil
(cydnee.simpson@us.af.mil, daniel.brock.5@us.af.mil)
 
Description
REQUEST FOR INFORMATION (RFI) UnManned Threat Emitter (UMTE) Comm Box 1. DESCRIPTION THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the U.S. Government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. The purpose of this RFI is to conduct market research to determine if responsible sources exist; to assist in determining if this effort can be competitive, and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 335312, which has a corresponding Size standard of 1,485. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a) Small Business Development Programs, Service-Disabled Veteran- Owned, Historically Under-utilized Business Zone(s) (HUBZone), and Women-Owned small business concerns. The Government requests that interested parties respond to this RFI and identify your small business status relative to the identified NAICS code above. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2. BACKGROUND The UMTE System Program Office (SPO) is planning to upgrade UMTE Comm Box TDP and provide a full set of electrical, mechanical, assembly drawings and parts list, as well as Original Equipment Manufacturer (OEM) manuals and Technical Order change content. Additionally, the SPO will require environmental testing & Electro Magnetic Interference (EMI) testing, along with analysis data and test reports.� The Government will provide qty 1 GFE as a resource, and awardee will design and build qty 1 UMTE Comm Box for the environmental and EMI testing.� The purpose of this acquisition is to provide a long-term maintenance and sustainment solution; a future production award is not anticipated. 3. REQUESTED REPONSES 3.1 Business Information: Please provide the following business information for your company: Company Name Address Point of Contact Phone Number Email Address Web Page Address Commercial and Government Entity (CAGE) Code Recommended North American Industry Classification System (NAICS Code) if other than 335312. Based on this NAICS code, identify your size status Small Business Small Disadvantaged Women-Owned Veteran-Owned Service Disabled Veteran Owned Hub-zone Large Business Specify whether your company is a U.S. or foreign-owned Specify whether your interest in this effort is as a prime or sub-contractor Specifiy whether you are a part of RISE, EWAAC, or any other established contract vehicle 3.2 Potential Offeror Capabilities: Explain your experience producing and integrating Range Threat Systems (RTS). Explain your experience with building Air Force TOs/TCTOs. Describe your facilities, manufacturing/engineering, and manpower capabilities and capacity for this requirement. Describe your in-house or partnering ability with secondary processors (subcontract management).What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program))? Describe your experience with Government Source Inspection, Critical Safety Items, and other OSHA standards. Are you currently registered in the System for Award Management (SAM) and the Wide Area Workflow (WAWF)? Explain your experience with developing Level 3 component TDP packages. 3.3 UMTE Comm Box TDP Project RFI: What would you recommend as a Period of Performance to design, build, and environmental testing and Electro Magnetic Interference testing OF Comm Box? If a technical error is found, what solutions are you aware of that can meet the government�s requirement? What do you estimate your Engineering / Drafting capacity would be to produce level 3 drawing package Will you provide unlimited (preferred) or government purpose rights for the data? Its expected that you will provide a no-cost rough order of magnitude (ROM) for this project. How would you propose long-term sustainment for equipment components?� 3.4 Testing Requirements: If significant change was made, testing will be scheduled by the UMTE SPO and completed at Nevada Test and Training Range (NTTR). (Refer to ques 3.3.3) 3.5 Documents/Drawings to be Provided (interested vendors can request these documents from the points of contact listed below): 830-900122-01 H.264 SD Video Encoder 4030370 Perle IOLAN SDS4 Electrical Drawings IP7-FX Full Duplex IP Intercom ISA-3000-2C2F-K9 Cisco Security Appliance SCADALINK-R10900 SCADA Radio SLX-16MS-1 SIXNET Managed Network Switch TP-DCDC-1224G-4P 24v PoE Inserter TP-DCDC-1248-48V PoE Inserter TP-DCDC-2456G-VHP 56V PoE Inserter X-410 Temperature Monitor TO 43D7-11-40-1-1�������������� UMTE Depot Maintenance Instructions TO 43D7-11-40-11-1 ������������ UMTE Operation and Maintenance Instructions TO 43D7-11-40-3-1 �������������� UMTE Circuits and Diagrams TO 43D7-11-40-4-1 �������������� UMTE Illustrated Parts Breakdown 3.6 Performance Requirements: Conduct kick off meeting with stakeholders Provide a cost estimate for a one piece heater/air conditioner combo to attach to the Comm Box� Build First Test Article (FTA) UMTE Comm Box at vendors facility for environmental test and EMI test Perform environmental and EMI test and analysis Provide UMTE Tech Order (TO) change content Develop Technical Data Package (TDP) product level Mechanical, electrical, assembly drawing and parts list Provide a final TDP review of project with stake holders Provide a document list of recommended changes, EMI, shielding, issues and any other pertinent information 3.7 Assumptions: UTME SPO will provide one UMTE Comm Box for vendor reverse engineering No environmental testing or EMI testing with SPO GFE Expect environmental, EMI test and analysis similar to what was performed on UMTE RECU Environmental test will consist of shock, vibration analysis and temperature chamber testing EMI Testing Test procedure, test report and test results will be doucumented Expect Comm Box manufacturer specification will be assimilated into vendor drawings as part of the TDP, product level 3.8 Anticipated Period of Performance: 12 months ARO 4.0 RESPONSE SUBMISSION INFORMATION All information submitted shall be Unclassified. Information submitted containing restricted data distribution data should have the cover page and each page containing restricted data distribution needs to be clearly marked. Information submitted will be retained at AFLCMC/HBZKA and will not be returned. The Government requests the information be submitted in electronic format to Cydnee Simpson, cydnee.simpson@us.af.mil, and Daniel Brock, daniel.brock.5@us.af.mil. Please submit RFI responses by 12:00 PM (MST) on 5 May 2023. Extensions will be considered on case-by-case basis. 4.1 Points of Contact: Cydnee Simpson AFLCMC/HBZKA, Contracting Specialist Cydnee.simpson@us.af.mil Daniel Brock AFLCMC/HBZKA, Contracting Officier Daniel.brock.5@us.af.mil 5. DISCLAIMER Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative as a result of this notice. Responses to the notice will not be returned. Not responding to this notice does not preclude participation in any future solicitation, if one is issued. All responses are encouraged to keep in mind that this information is only intended to provide industry feedback. All responses are encouraged to be as direct and to the point as possible. For example, Question: Could your company prove the ability of your back-end to operate a third party array at gate one? Answer: No, It would be more optimal to have time in phase two to assemble a prototype back end to prove the back-end capabilities. All responses should include one cover page and formatted with size 12 Times New Roman font, one inch margins on all sides. No hard limit on pages.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/10d642eb57484110ab03cb4bebc11984/view)
 
Record
SN06655322-F 20230421/230419230112 (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.