Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2007 FBO #2132
MODIFICATION

59 -- SOF C-130 AVIONICS SUSTAINMENT CAPABILITY RFI

Notice Date
9/26/2007
 
Notice Type
Modification
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
H92222-07-RFI-AVIONICS
 
Response Due
9/28/2007
 
Archive Date
10/13/2007
 
Point of Contact
Kim DeBois-Sousa, Contracting Officer, Phone 813-826-7077, Fax 813-826-7504
 
E-Mail Address
deboisk@socom.mil
 
Description
Note: Delivery of responses: at minimum, an electronic copy of the cover memo must be emailed to both the PCO at deboisk@socom.mil and to the PM at brady.hauboldt@socom.mil. This will ensure a record of your RFI response. We also request an electronic submittal (CDROM or email) of the contents be sent to Maj Hauboldt or his alternate at lisa.sanders@socom.mil, but would also welcome a couple of hardcopy versions if you wish to deliver them as such. Our mailing address for CDROMs and hard copies is USSOCOM/SOAL-FW, ATTN: Maj Hauboldt, 6701 Tampa Point Blvd, MacDill AFB, FL 33621. If you wish to deliver in person you must first notify Maj Hauboldt or Ms Sanders to schedule a time. Individuals wishing to hand deliver must provide their full name and last four to get you in the gate. Please call Maj Hauboldt at 813-826-9390 or Ms. Sanders at 813-826-7583 to set it up.1. The United States Special Operations Command (USSOCOM) is conducting a comprehensive Special Operations Forces (SOF) C-130 avionics study to meet growing obsolescence challenges and capability shortfalls by assessing potential modifications and upgrades for the Air Force Special Operations Command?s (AFSOC) C-130 aircraft inventory to 2025. Mission Design Series (MDS) aircraft included in this study are the AC-130H, AC-130U, MC-130E, MC-130H, MC-130P, and MC-130W. A range of alternatives is desired, from near-term (fielding prior to 2015) through long-term (2015 to 2025). The MC-130E/P aircraft will primarily be considered for near-term upgrades only, as they are programmed for recapitalization. To complete the study and consider programming initiatives in the fiscal year 2010 Program Objective Memorandum (POM), USSOCOM requires current industry sources and capabilities information. 2. The objectives of this RFI are to identify Non-Developmental Item (NDI) or commercially available solutions to SOF C-130 avionics challenges, assess technology and manufacturing readiness, and prepare budgetary planning estimates for possible programming initiatives. 3. USSOCOM seeks information from responsible sources and interested parties who have proven solutions that can meet or exceed: a. systems integration requirements b. evolving Communications, Navigation, Surveillance (CNS), Air Traffic Management (ATM) and navigation safety mandates c. modification upgrade requirements d. sustainment concerns Note. An Additional Information Package is available once an interested respondent registers through Federal Technical Data Solutions (FedTeDS). As the FedTeDS attachment is Export controlled, it can only be accessed by JCP approved parties. A company may have a cage code indicating their security level, but it does not necessarily mean that you have export control status. Interested Parties need to register their cage code with the JCP (DLIS) in order to acquire the export controlled status. http://www.dlis.dla.mil/JCP/default.asp <-- JCP link. http://www.dlis.dla.mil/JCP/faq.asp <-- JCP Faqs with helpful information. http://www.dlis.dla.mil/cageserv.asp <-- link explains what a cage code is. 4. For the purpose of this RFI, the term ?proven? means solutions at a Technology Readiness Level (TRL) ?6? or higher, preferably TRL ?7? or higher. Adaptation of NDI or commercial solutions is encouraged. Recommended solutions must meet current SOF C-130 capability, comply with CNS/ATM and Navigation Safety mandates, and provide a basis for future growth in capability. 5. Interested parties should provide capabilities, qualification statements, and examples that demonstrate their ability to satisfy the required avionics challenges with low integration risk across the SOF C-130 inventory. Respondents are encouraged to provide information on all or any subset of the areas listed. No adverse evaluation will result from responses, which address only those specific areas applicable to one?s core business expertise. 6. Respondents are to use a minimum number of pages to describe in detail the information requested. Limit responses to no more than 50 pages, including attachments. Responses are due 28 September 2007. 7. This notice is part of Government Market Research, a continuous process for obtaining the latest information on the ?art of the possible? from industry with respect to their current and near-term abilities. The information collected may be used by the Government to explore future strategies for possible uses of platforms within the military. Information received as a result of this request will be considered as sensitive and will be protected as such. Any company proprietary information contained in the response shall be separately marked. Any proprietary information contained in response to this request will be properly protected from any unauthorized disclosure. The government will not use proprietary information submitted from any one firm to establish the capability and requirements for any future systems acquisition, so as to not inadvertently restrict competition. Note: Respondent?s attention is directed to the fact that contractor consultant/advisors to the Government will review and provide support during evaluation of submittals. When appropriate, non-government advisors may be used to objectively review a particular functional area and provide comments and recommendations to the Government. All advisors shall comply with procurement Integrity Laws and shall sign Non-Disclosure and Rules of Conduct/Conflict of Interest statements. The Government shall take into consideration requirements for avoiding conflicts of interest and ensure advisors comply with safeguarding proprietary data. Submission in response to this Request For Information constitutes approval to release the submittal to Government Support Contractors. 8. U.S. and non-U.S. firms with appropriate Export Controll status are permitted to respond to this RFI. Responses to questions from authorized interested parties will be promptly answered and provided equally to all interested parties unless some release of proprietary information is involved or the answer addresses a question peculiar to a Company or that Company?s response. Currently, one-on-one information gathering sessions with respondents are not contemplated. If one-on-one sessions with interested parties are conducted, they will be offered to those responders that meet the requirements listed in the corresponding document on FedTeDS. The purpose would be to clarify understanding of the submittal, the capability ramifications, or to discuss the form of agreement to cover any flight demonstrations. Information feedback sessions may be offered to respondents after all qualitative assessments are completed. 9. Per FAR) 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997): a. The Government does not intend to award a contract on the basis of this Request For Information Notice or to otherwise pay for the information 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 ?respondent? are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. c. Any proposed solution must meet all Operational, Safety, Suitability and Effectiveness (OSS&E) requirements mandated by the Department of Defense.
 
Record
SN01421959-W 20070928/070926224553 (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.