Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2005 FBO #1431
MODIFICATION

16 -- Night Vision Goggle (NVG)

Notice Date
10/25/2005
 
Notice Type
Modification
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Aeronautical System Center Bldg 553, 2725 C Street Wright-Patterson AFB OH
 
ZIP Code
00000
 
Solicitation Number
FA8607-05-R-2750
 
Response Due
6/10/2005
 
Archive Date
12/30/2005
 
Point of Contact
Buyer is Laura McDaniel; Program Manager is Todd Depoy,Buyer+s phone number 937-904-5988; Program Manager+s phone number is 937-656-5145
 
E-Mail Address
Email your questions to Laura.McDaniel@wpafb.af.mil
(Laura.McDaniel@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The classification category has been corrected to show "Category 16 - Aircraft component and accessories." Due to the upgrade of the PIXS website, all documents are listed as 10/12/2005 instead of the actual date of posting. No revisions or changes have been made to any posted documents since the last posting on 5 Oct 2005 for the "Revised Gentex POC." This solicitation has been updated to change the Gentex POC information from Patrick Walko to Brad Sutter. Please refer to documents in 05R2750 library. This solicitation has been updated to change the RFP number from FA8607-05-R- 2750" to "FA8607-06-R-2750." This Solicitation has been updated to include the Point of Contact (POC) information for Gentex. Please refer to documents in 05R2750 library All attachments are base lined at 20 Sep 05 (Industry Day 2). All revisions from here on out will be added as amendments to base lined documents in 05R2750 library. All amendments will be numbered as Amendment 1, Amendment 2, Amendment 3, etc. 1. This Sources Sought is to ascertain your interest in bidding on and your ability to deliver a flight test ready system that provides Night Vision Cueing and Display (NVCD) capability integrated with the Joint Helmet Mounted Cueing System (JHMCS). The NVCD system must be capable of both Wide and Narrow Field-of-View (W/NFOV) night vision. The NVCD system configured in either the W/NFOV configuration is called a Night Display Unit (NDU) and is for use on USAF F-15, F-16, and possibly Navy F/A-18 JHMCS equipped aircraft. The NVCD will be required to receive a safe-to-fly certification before first flight and receive airworthiness before entering production. The NVCD system should interface with the -21, ?22, and future variances of JHMCS Electronics Units (EU) (to include the Dual Seat EU and -30 EU currently in design) and all OFP versions from 5.0, 6.4, 7.0 and future variances which will be controlled by the JHMCS Joint Interface Control Working Group (JICWG). Contract awardees will be required to be members of the JICWG. No changes to the JHMCS can be made to complete the required integration. 2. The Aeronautical Systems Center (ASC) Fighter Attack Systems Wing, Combat Systems Squadron (FASW/CBSS) intends to award a Firm-Fixed Price (FFP) contract to two offerors willing to provide ? four(4) NVCD system weight and space mockups for flight safety testing, six (6) NVCD systems for operational flight test, flight test support, a priced option for six (6) additional NVCD systems for follow-on Operational Test and Evaluation (OT+E), and a priced production option for a minimum of 5 and maximum of 200 units with price points at 5, 10, 25, 50, and 100. Each NVCD system weight and space mockups for flight safety testing and each NVCD systems for operatioinal flight test are veiwed as single systems having both Narrow and Wide Field of View. More detail will be discussed on this subject during Industry Day. The proposed NVCD systems will be considered Non-Developmental Items (NDIs). An item shall be considered NDI if it meets the definition of NDI as it is defined in FAR 2.101 and based upon the accepted government performance standard for this type of system. The NVCD system from the two winning offerors will be evaluated for technical performance in a competitive fly-off. After which the Government will down- select to one offeror to provide the 6 additional follow- on OT+E assets. The production option prices must be valid for 12 months after the down-select decision is announced. The production option will also include support equipment, data, spares, interim contractor support, and potentially a warranty. Supportability items to include technical orders, training and supply support must be provided to the Government for use in OT + E and should be priced in the OT + E option. Delivery of the 4 weight and space mockups is desired 120 days after contract award, the 6 operational flight test assets are desired 180 days after contract award, and the 6 additional OT+E assets are desired 180 days after the down-select decision. 3. The system will have a weight limitation of no more than 5.5 lbs. and a center of gravity of the system as measured on a large Advanced Dynamic Anthropomorphic Manikin (ADAM) Head form shall fall within a volume around the ADAM anatomical origin as specified for ejection seat and total head mounted system weight in the X direction with a threshold of -.75 to .45 inches and objective of -.75 to .40 inches, a Y direction threshold of -.15 to .15 inches, and Z direction threshold of .5 to 1.4 inches. As a minimum, please provide the following information in your response: a. Identify any requirement for Government resources that you anticipate will be needed. b. Identify any teaming arrangement and what each team member will provide to support the effort. c. Identify major subcontractors and the plan for obtaining key system components such as image intensifier tubes, lenses, MRUs, etc. d. Describe the technical risk and problem areas for this requirement, including any anticipated interfaces/technical inputs required to implement a (System) solution. e. What are the minimum monthly quantities you require to maintain a profitable and responsive production capability (total quantities or by block as applicable to your designs)? f. Identify any proprietary information pertaining to the proposed systems. g. What is the projected performance of your goggle at the following light levels on axis and fourteen (14) degrees off axis? (1). 5.88 x 10-3 Foot Lamberts (2). 6.75 x 10-5 Foot Lamberts (3). 2.90 x 10-6 Foot Lamberts h. Section I of the RFP will contain DFARS Clause 252.211-7003- Item Identification and Valuation (Jan 2004). Identify your current ability to meet the Unique Identification (UID) requirement or how you will be able to meet this requirement at the time of contract award. Please see UID website http://www.acq.osd.mil/uid/ for details. i. In addition to the above, please provide the following information: - Company Name - Address - Point of Contact - CAGE Code - Phone Number - E-mail Address - Web Page URL j. Provide production capacity. k. Provide plan to meet safe-to-fly certification and airworthiness. 4. The Government is also interested in receiving candid feedback from potential vendors on the above acquisition strategy. The government is seeking to gain insight into any potential problem areas that may result from the current strategy and to address several important contractual issues identified during the strategy development process. FASW/CBSS will sponsor an Industry Day on 21 June 2005, 0830 at the Beavercreek Courtyard Marriott located at: 2777 Fairfield Common Beavercreek, Ohio 45431; USA Phone: 1-937- 429-5203 Fax: 1-937-429-2757 The purpose of this meeting is to provide industry with an overview of the program, related integration efforts and receive feed back from industry. Those contractors interested in participating should plan to attend. Tables will be provided, if the contractor wants to bring equipment to show. Attendance is limited to US citizens only. Due to space each contractor is requested to limit attendance to no more than 5 people. Registration: 8:30 Meeting: 0900-1130 Lunch Break: 1130-1230 One-on-One Meetings: 1300-1700 One-on-one meetings will begin at 1300 on the afternoon of 21 June 2005. These meetings will last a maximum of two hours. Please include a request for a one-on-one meeting in a e-mail response to todd.depoy@wpafb.af.mil, if desired, annotating if you prefer a specific meeting time and if a duration of less than two hours is anticipated. Request you submit your security/visit request to: FASW/CBSS Security Manager (Lt. Stephen M. Williams) EMAIL: stephen.williams@wpafb.af.mil COM: 937-904-5835 FAX: 937-255-2363 BLDG 553, 2725 C. StreetWright-Patterson AFB OH 45433-7424 5. This Sources Sought is issued for information and planning purposes only and does not constitute a solicitation. Responses to this document will not be returned. In accordance with FAR 15.202(e), a 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 all expenses associated with responding to this Sources Sought. This is a market research tool to determine the availability and adequacy of potential sources. Firms responding to this announcement should indicate their size, particularly if they are small business, a small disadvantaged business, woman-owned small business, HUBZone small business and service disabled veteran-owned small business. The North American Industry Classification System (NAICs) code 336413, Aircraft Parts and Auxiliary Equipment applies to this acquisition with a size standard of 1,000 employees. 6. If you are interested in bidding on this effort, please respond by providing one hard copy and one electronic copy to the contractual point of contact by 12:00 p.m. local time NLT 09 Jun 05. All information should be provided to the attention of Michele Sawyer, FASW/ CBSS, 2725 C St., Bldg 553, WPAFB, OH 45433-7424. Please limit your response to 15 single-sided 8 1/2 x 11 inch pages, minimum 10-point font size. Programmatic questions should be directed to Todd DePoy, Program Manager, (937) 656-5145, todd.depoy@wpafb.af.mil. Technical questions should be directed to Nicholas Shouse, Lead Engineer, (937) 904-6733, nicholas.shouse@wpafb.af.mil. Contractual questions should be directed to the undersigned at (937) 904-5989, michele.sawyer@wpafb.af.mil. For more information on "Night Vision Goggle (NVG)", please refer to: http://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=3818
 
Web Link
Night Vision Goggle (NVG)
(http://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=3818)
 
Place of Performance
Address: Aeronautical System Center Bldg 553, 2725 C Street Wright-Patterson AFB OH
Zip Code: 45433-7424
Country: USA
 
Record
SN00920511-W 20051027/051025211828 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.