Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2008 FBO #2468
SOLICITATION NOTICE

16 -- ASC/647 AESS ATP-SE IDIQ TASK ORDER CONTRACT

Notice Date
8/27/2008
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2145 Monahan WayWright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
PIXS5613
 
Response Due
5/16/2008
 
Archive Date
5/1/2009
 
Point of Contact
Daniel Demaree, 937 255-7979<br />
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: **********UPDATE 27 AUGUST 2008: See attached file for Industry information. Also, visit https://www.fbo.gov for additional Questions for Industry in the ATP-SE Technical Library.**********UPDATE 12 AUGUST 2008: For request for answers to Government Questions, see attached file. **********UPDATE 21 JULY 2008: Visit https://www.fbo.gov for the ATP-SE Program Office Industry Day Briefing held 15 Jul 08. The briefing is located in the ATP-SE Technical Library.**********UPDATE 9 JULY 2008: For Industry Day extension and Q&A, see attached file. Also visit https://www.fbo.gov for additional Questions for Industry in the ATP-SE Technical Library. ************ UPDATE 27 JUNE 2008: For technical library, see attached file.************ Update 11 June 2008: For Industry Day Announcement see attached file.************ This is a sources sought synopsis. This is not a Request for Proposal (RFP). The United States Air Force (USAF) is seeking interested sources regarding fielding additional tactical aerial targeting pods/Advanced Targeting Pod Sensors Enhancement (ATP-SE). The sponsoring activity is Aeronautical Systems Center, 647th Aeronautical System Squadron, Wright- Patterson Air Force Base, OH. The program office anticipates awarding, on or about 28 FEB 2010, a competitive Firm Fix Priced (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract of five years in length for the production ATP-SE systems. Total requirement are for an estimated 670 systems, of which approximately 275 new systems are anticipated to be procured via this activity. The actual quantity will be dependent on requirements, price and available funding. The ability to handle classified material will be a requirement for award of any contract(s) that may result from this notification. The purpose of this notification is to determine whether any competitive sources exist and to notify industry of any impending actions so that possible subcontracting opportunities may be pursued.Any IDIQ Contract resulting from this sources sought synopsis will be to acquire the non-developmental ATP-SE as a follow-on system to the AN/AAQ-33 targeting pod. The ATP-SE is an external, pylon-mounted targeting pod and will be integrated onto the F-16, F-15, A-10, B-52 and B-1 platforms with the potential for integration onto other military platforms. The targeting pod is capable of producing infrared and visible imagery of both ground and airborne targets. The pod provides laser ranging and designation in support of weapon delivery, navigational functions, recording and data-linking of generated imagery and data. The imagery will allow for greater stand-off ranges and increase target identification. The Government does not contemplate providing any data or drawings related to the existing targeting pods already in the Governments inventory. This contract may include activities for both existing and new targeting pods such as providing support equipment, spares and product support to include but not limited to: field and depot level support, sustaining engineering, software support and integration, technical data, aircrew and maintenance training, initial spares, provisioning, flight test support, Contractor Logistical Support (CLS), special studies, efforts in support of contingency operations and contractor field team support to include emergency fleet repair support, as well as integration, test, and production and installation of future modifications and enhancements as new technologies become available.Interested companies must submit a Statement of Capabilities not to exceed 10 pages addressing the following areas: 1. Capability to meet all technical requirements 2. Capability to provide Contractor Logistical Support (CLS) 3. Ability to demonstrate systems integration across the aircraft fleet 4. Capability to produce technically competent analyses on the multiple areas covered in the above paragraph 5. Description of previous or current experience in precision targeting systems 6. Show ability to start delivery on or about 14 months ARO.The ASC/647th AESS/TZ Program Office intends to host an industry day at Wright Patterson Air Force Base at a date to be determined to discuss the capability requirements for the ATP-SE in greater detail. This industry day will include an unclassified open session and closed one-on-one sessions to discuss classified requirements. The closed sessions are reserved for prime contractors only (prime contractors will be allowed to bring team members of their choosing) with the ability to handle classified material whose clearances are verified by the 77th Aeronautical System Wing Security Office. Further notification and information regarding this industry day will be posted in the near future.THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. This is a market research tool to determine the availability and adequacy of potential sources, and will be used to determine the basis for any competitive aspects of the acquisition. Accordingly, each respondent is requested to clarify whether any teaming arrangements are contemplated (including Small and Small Disadvantaged Business participation). Based upon receipt of responses and analysis, a determination will be made to ascertain the Government position of other than full and open versus a competitive solicitation. Firms responding to this announcement should indicate their size, particularly if they are a small business, a socially and economically disadvantaged business, a woman-owned business, a HUB zone small business concern, a minority institution, and should also indicate if the firm is foreign-owned. The North American Industry Classification System (NAICS) code 334511 "Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument manufacturing" applies to this acquisition with a size standard of 750 employees. Interested sources are encouraged to first register as a source on the PIXS Web Site (www.pixs.wpafb.af.mil). All parties are asked to provide a telephone number, an e-mail address, and a facsimile number in their response. Information marked Proprietary will be protected and will not be divulged unless mandated by existing laws. This information should be sent to ASC/647th AESS /PK, 2145 Monahan Way, Wright-Patterson AFB OH 45433 not later than (15) fifteen calendar days from the publication of this notice. The PCO shall be the sole POC for any and all communication regarding this acquisition; Robert Hixenbaugh (937) 255-7682, email Robert.hixenbaugh@wpafb.af.mil. Update: ASC 647 AESS ATP-SE IDIQ TASK ORDER CONTRACTDESCRIPTION: The purpose of this update is to reiterate to industry that information about the pending source selection, requirements for ATP-SE, or any other discussions pertaining to the ATP-SE that may occur with industry shall not be considered a requirement or direction unless that information has originated from the PCO, Mr. Robert Hixenbaugh. The ATP-SE team has been made aware of communication between the user and a contractor that may have related perceived requirements specifically non-developmental ATP-SE system procured as a result of this sources sought synopsis will require a single OFP This is not a currently planned requirement.All future requirements for ATP-SE will be released to all potential Offerors through the PCO. If any Offeror believes they have received direction or guidance on the upcoming program it is incumbent upon them to disregard that information/not act upon that information if it has not come from the PCO.This announcement does not relieve the potential offerors from the previous request for submitting the capabilities statements on or before the 16 May deadline.This is not a request for proposal and no response is required.The PCO shall be the sole POC for any and all communication regarding this acquisition; Robert Hixenbaugh (937) 255-7682, email Robert.hixenbaugh@wpafb.af.mil. For more information on "ASC/647 AESS ATP-SE IDIQ TASK ORDER CONTRACT", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5613
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5f9539d2508b56f421d787165a4467cf&tab=core&_cview=1)
 
Record
SN01652832-W 20080829/080827221536-5f9539d2508b56f421d787165a4467cf (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.