Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 26, 2008 FBO #2252
MODIFICATION

A -- ESTS Modernization Program

Notice Date
1/24/2008
 
Notice Type
Modification
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
912 AESG/PK Bldg 553 2725 C Street Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
PIXS5122
 
Response Due
2/12/2007
 
Archive Date
6/28/2008
 
Point of Contact
Barry Foster, 937-904-6674
 
E-Mail Address
Email your questions to barry.foster@wpafb.af.mil;barry.foster@wpafb.af.mil
(barry.foster@wpafb.af.mil;barry.foster@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
TITLE: F-15 Electronic Systems Test Set (ESTS) Modernization Program BACKGROUND: The F-15 ESTS Modernization Program is an Aeronautical Systems Center (ASC) program. The F-15 Electronic Systems Test Set (ESTS) is an Intermediate ? level support equipment system providing maintenance & repair for approximately 50 F-15 Line Replaceable Units (LRU). The system consists of a station, Interface Test Adapters (ITA), ancillary equipment, and associated cables located at all F-15 operating locations and the depot at Robins as well as Northrop-Grumman, Rolling Meadows, Ill. The station (62 units) itself will become increasingly difficult to maintain and ultimately unsustainable beginning in FY08 unless known obsolescence for a variety of component parts is addressed. A projected component obsolescence analysis is attached for reference purposes. PURPOSE: The F-15 Systems Group, Wright-Patterson AFB, OH is conducting a survey to identify potential sources that may possess the expertise, capabilities, and experience to analyze ESTS station instrument obsolescence as currently fielded, identify potential solutions for same, and demonstrate capability to replace obsolete parts as necessary. The overarching program objective is to avoid stations becoming Not Mission Capable (NMC). The government plans to issue, at a later date, a request for proposal that will require offerors to provide a plan that provides retrofit hardware improvements addressing obsolete parts within the planned funding profile and meets the overarching program objective. The planned funding profile is as follows: FY08 - $4.5M, FY09 - $12.1M, FY10 - $13.4M, FY11 - $19.6M. Respondents should maximize addressing the projected component obsolescence issues within the planned funding profile, i.e., address as many components as possible with the given amount of funding. In addition, offerors will be required to demonstrate improvement to station MTBF as well as meeting the current performance requirements. In order to assist respondents with replying to this sources sought synopsis a draft Statement of Objectives (SOO) is attached. CONTRACTOR CAPABILITY SURVEY: Firms responding to this announcement should indicate whether they are a large or small business, small disadvantaged business, woman-owned small business, HUB Zone small business and/or service disabled veteran-owned small business. In addition to the information requested above, please provide the following information: Company Name, Address, Point of Contact, CAGE Code, Phone Number, E-mail address, Web Page URL. In addition to the information above, interested firms should also submit sufficient information (limited to 25 pages) that will permit insight into their technical capabilities. 1. Provide experience and expertise in aspects related to addressing obsolescence of electronic equipment in general and specifically obsolescence associated with support equipment. 2. Describe firm attributes that enhance ability to excel in the execution of the aforementioned program objectives. (Example: ISO 9000, Software Capability Maturity Model (CMM) level, etc.) 3. Describe vendor relationships in the support equipment industry to include the primary vendors and the components that will be available to address obsolescence of the ESTS system. Information should be pertinent and specific to the manufacturing or supply capabilities noted above. Information marked ?proprietary? will be protected and will not be divulged unless mandated by existing laws. All information is due not later than 1600 hours Eastern Daylight Savings Time, 12 February 2007. Send information in Microsoft Word format electronically and in hard copy to Mr. Bob Krueger and Mr. Mike Pepin, 912th AESG/VA, Bldg 553, 2725 C Street, WPAFB OH 45433-7424. No phone or fax requests will be accepted. Direct technical questions to: Program Manager Robert C. Krueger, (937) 904-6732, robert.krueger@wpafb.af.mil and/or Engineer Mike Pepin (937) 904-6735, Michael.Pepin@wpafb.af.mil. Direct contractual questions to Joe Inman, (937) 904-6691, joe.inman@wpafb.af.mil. The clause at AFFARS 5352.201-9101, Ombudsman (Aug 2005), is applicable to this acquisition. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. Address issues, concerns, and questions regarding this acquisition to the contracting officer. You may refer them to the Ombudsman if, after discussing them with the Contracting Officer, you feel that you are not effectively communicating with the government. The Ombudsman does not diminish the authority of the program director or Contracting Officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The ASC Ombudsman is Debra Haley, ASC/AE, 1755 Eleventh St, B570, R113, Wright-Patterson AFB, OH 45433-7404 (Phone: 937-255-5315; Fax 937-656-7193; E- Mail debra.haley@wpafb.af.mil). Information contained in this synopsis is for information and planning purposes only. It does not constitute a request for proposal and it is not to be construed as a commitment by the government. The government does not intend to make an award on the basis of this sources sought synopsis or otherwise pay for the information solicited herein. The current status is Sources Sought and it is a Category K5998. For more information on "ESTS Modernization Program", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5122
 
Web Link
ESTS Modernization Program
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5122)
 
Record
SN01491789-W 20080126/080124223922 (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.