Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2006 FBO #1609
SOURCES SOUGHT

16 -- AN/AAR-47 Missile Warning System (MWS) Ground Test Set

Notice Date
4/21/2006
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NGB DET 11, AATC, 1600 E. Super Sabre Drive, Bldg #10, Tucson, AZ 85706
 
ZIP Code
85706
 
Solicitation Number
W912L2-06-H9906
 
Response Due
5/22/2006
 
Archive Date
7/21/2006
 
Small Business Set-Aside
N/A
 
Description
As prescribed in FAR 15.209(c), the following provision is inserted: IAW FAR 52.215-3 --Request for Information (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the informatio n solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and offer may be used in this Request for Information, your response wil l be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of identifying information on the AN/AAR-47 Missile Warning System Set (MWS) Ground Test Set that have already been developed and may be modified to meet the agency requirement as listed below: Air National Guard Air Force Reserve Command Test Center (AATC) is conducting a Request for Information/ Sources Sought in an effort to determine potential sources for a new and/or improved AN/AAR-47 Missile Warning Set Ground Test Set. This announcement is for market research and does not constitute an RFP. AATC is seeking contractors who are interested in providing a ground test set that will conduct end-to-end testing of the AAR-47 MWS as install ed in various military aircraft. The Government is looking for a system that offers best value to the Government, not necessarily the lowest procurement cost; however, affordability is the most important factor. The following information is provided to a ssist in conducting a RFI/Sources Sought by identifying potential contractors who have the skills, experience, and knowledge required to successfully complete this effort. Test set requirements: (1) The O-Level test set, hereinafter referred to as the test set, shall emit a detectable test signal recognizable by the AN/AAR-47(V)1/(V)2/A(V)2 Missile Warning System to verify sensor functionality and determine sensor sensitivit y at the organizational and operational levels. (2) The test set shall consist of a ruggeddized shipping / storage container, a battery operated, self-contained, hand-held programmable signal generator/emitter, a removable filter (if applicable), a batt ery charger, and provisions for a spare lamp and battery. The test set shall be used in ground and shipboard environments. Operation of the test set under all environmental conditions shall not result in damage or degradation of the AN/AAR-47(V)1/(V)2/A( V)2 performance. Must provide a display that is clearly visible in low-light and sunlight conditions. (3) Operating Life: the test set shall be designed to have a useful operating life of fifteen (15) years when maintained in accordance with applicable maintenance procedures. (4) The test set shall weigh no more than 25 lbs. The programmable signal generator/emitter (with battery installed) shall weigh no more than fifteen (15) lbs and shall not exceed twenty (20) inches in length nor have a diameter greater than six (6) inches. (5) The test set shall have a predicted useful life of at least 5000 hours mean time between failures (MTBF) when operated under conditions specified herein. A failure is defined as any fault that requires unscheduled maint enance as a corrective action. The MTBF shall be calculated in accordance with MIL-HDBK-217. Replacement of lamps, fuses, batteries, and desiccants shall not be considered failures for reliability. (6) Electronic Discharge: the contractor shall comply with the requirements of MIL STD 1686. (7) Interface with the AN/AAR-47(V)1/(V)2/A(V)2 MWS: the range of operation for end-to-end functional systems testing shall be no less than fifteen (15) meters from the sensor. The test set applications environmen t will be fixed and rotary wing, high velocity, low/slow, transport and civil aircraft. (8) Organizational Level Test Signal: the test set shall emit a detectable test signal recognizable by the MWS. The range of operation for the test s ignal shall be from 0.15 meters up to a minimum of fifteen (15) meters from any sensor. (9) Sensitivity Signal: the test set shall emit a detectable sensitivity signal at an irradiance level which, at a zero (0) meter distance, or ability to block ambien t UV sources, and will generate a constant 70,000 counts per second within a tolerance of +/- 10%, for a sensor with a normalized photon irradiance response (PIR) of 1.0. (10) Operational End-to-End Signal: the test set shall emit a detectable signal in the operational (normal) mode which will in turn trigger both an indication on the AN/AAR-47s control indicator and dispense command to the countermeasures dispensing systems (CMDS) such as the ALE-39/40/47 system. (11) The test set must remain in cali bration, and not require factory calibration after delivery. Interested parties capable of providing a test set, which meets or exceeds the above requirements, shall provide a Statement of Capability (SOC) that demonstrates the existing capability to provide, modify, and sustain the system and a description of syste m capabilities. The SOC shall be unclassified and the information submitted should be pertinent to, and identify system capability as related to the technical effort requested above. A limit of fifty (50) pages is imposed for the responses. Responses sho uld be received by close of business 22 May 2006. Please contact Major Michael Shilling at (520) 295-6919 for programmatic questions, Mr. Bill Walker at (478) 222-4190 for technical questions, and Michael DeSouto at (520) 295-6938 for contracting questions (e-mail: michael.desouto@aztucs.ang.af.mil). Thi s RFI is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to directly pay for any information or responses submitted as the result of this synopsis.
 
Place of Performance
Address: NGB DET 11 AATC, 1600 E. Super Sabre Drive, Bldg #10 Tucson AZ
Zip Code: 85706
Country: US
 
Record
SN01032797-W 20060423/060421221019 (fbodaily.com)
 
Source
FedBizOpps 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.