Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 05, 2024 SAM #8348
SOURCES SOUGHT

99 -- Contractor Kit Production and Installation of Large Aircraft Infrared Countermeasures (LAIRCM) Block 30 to The UNITED STATES AIR FORCE (USAF) C-130J Fleet

Notice Date
10/3/2024 11:51:46 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
FA8625 AFLCMC WLNK C130 WPAFB OH 45433-7222 USA
 
ZIP Code
45433-7222
 
Solicitation Number
FA862525RB001
 
Response Due
1/6/2025 1:30:00 PM
 
Archive Date
01/06/2025
 
Point of Contact
Casey Murphy, Nathan Armstrong
 
E-Mail Address
AFLCMC.WLNN.C-130J_LAIRCM@us.af.mil, AFLCMC.WLNN.C-130J_LAIRCM@us.af.mil
(AFLCMC.WLNN.C-130J_LAIRCM@us.af.mil, AFLCMC.WLNN.C-130J_LAIRCM@us.af.mil)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Request for Information (RFI) #1� GENERAL GUIDELINES: This Request for Information (RFI) is solely for the identification of potential business sources for the above-stated modification program for market research and planning purposes.� This RFI does not constitute a solicitation or Request for Proposals (RFP) or a promise to issue an RFP in the future. Furthermore, the Air Force (AF) is not seeking proposals, nor will it accept unsolicited proposals at this time.� Any response to this notice is not an offer and cannot be accepted by the Government to form a binding contract.� Responders are solely responsible for any and all expenses associated with responding to this RFI.� The Government will not reimburse responders for any presentations, marketing efforts, or data related to their responses. The Government reserves the right to reject, in whole or in part, any responder's input resulting from this RFI.� All information received in response to this RFI that is appropriately marked ""proprietary"" or ""competition sensitive"" will be handled accordingly. Only non-classified information shall be provided in any response.� Copies of submitted information may be reproduced for Government review.� Responses to this RFI will not be returned.� The Government is interested in responses from all responsible businesses, including small business concerns, disadvantaged business concerns, Women-Owned Small Business (WOSB) concerns, Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns, and Historically Underutilized Business zone (HUBZone) small business concerns.� PURPOSE: The purpose of this RFI is to conduct market research to determine the existence and interest of prospective qualified business sources that can accomplish one or both of the following:�� Produce Group A kits and/or Complete LAIRCM Block 30 installations� BACKGROUND: The LAIRCM Block 30 modification installs the following major capabilities and upgrades onto the C-130J weapon system:� Group A modification kits (wiring, wiring harnesses, and other associated material that supports installation).� Group B modification kits (major components - missile warning sensors, laser transmitter assemblies, a control indicator unit, a system processor, and repeaters) Group B modification kits will be provided as Government Furnished Property (GFP).� Software upgrades (as required)� Note: Another contractor is on contract to produce Group A kits and conduct nineteen (19) C-130J LAIRCM installations starting in 2026 and ending in 2029. The Government anticipates the contract we are soliciting information for will commence aircraft installations in 2029, however due to Group B kit lead time (approximately 24 months) the Government will be required to be on contract by 2027.��� REQUIREMENTS DESCRIPTION: If additional information is needed, please email the PCO, Casey Murphy and Nathan Armstrong at AFLCMC.WLNN.C-130J_LAIRCM@us.af.mil (with the name, email, phone number, and position/title of a specific Point of Contact) to receive additional technical data via DOD SAFE.� All required parts lists, installation instructions and retrofit schedules will be provided by the Government at the time of proposal solicitation. The drawings for these efforts (as well as all attachments) are export controlled and shall require a DD Form 2345 (U.S./Canada Joint Certification) to be on file with the Defense Logistics Agency (DLA). Information on applying for this certification can be obtained online at: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP/DD2345I nstructions.aspx� RESPONSES: Responses to the RFI questionnaire shall be submitted to the Government electronically no later than 4:30pm (Eastern Standard Time), 06 January 2024.� If you need additional time, contact the PCO within three (3) days of receipt of this inquiry.� Responses may be typed written below each question on this document.��� Responses to this RFI questionnaire should total no more than 10 pages in addition to this document�s length.� Typed written responses within this document (below each question) is acceptable.� Should you choose to submit information in addition to your responses to the questionnaire, please limit that information to no more than 5 additional pages, Page size shall be 8.5 x 11 inches, not including foldouts.� Pages shall be no less than single spaced as defined in Paragraph settings/spacing in Microsoft Word.� The font shall be Times New Roman, and the text size shall be no less than 11 point.� Tracking, kerning, and leading values shall not be changed from the default values of the word processing or page layout software. Use at least 1-inch margins on the top and bottom and �-inch side margins.� Pages shall be numbered sequentially by volume.� These page size and format restrictions shall apply to responses pertaining to this RFI.� Responses should be emailed to the Contracting Office, AFLCMC.WLNN.C-130J_LAIRCM@us.af.mil.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9d9e79372dfe44a3a11a3d7be6cf1634/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07233392-F 20241005/241003232525 (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.