Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2008 FBO #2582
SOURCES SOUGHT

16 -- B-52H Strategic Radar Replacement

Notice Date
12/19/2008
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
FA8107-09-R-0001
 
Archive Date
2/6/2009
 
Point of Contact
Michael S. Moore,, Phone: 405-622-7273
 
E-Mail Address
michael.moore@tinker.af.mil
 
Small Business Set-Aside
N/A
 
Description
B-52H Strategic Radar Replacement Sources Sought Synopsis This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is in support of market research being conducted by the Air Force to identify capable potential sources. The United States Air Force, through the Oklahoma City Air Logistics Center (OC-ALC) is conducting market research to identify potential business sources capable of all effort required to configure and adapt existing radar system technology into a fully integrated radar system design suitable to replace the existing B-52H AN/APQ-166 strategic radar system. Potential sources must have the capability to integrate and test a complete B-52H strategic radar system. These capabilities include systems engineering, detailed design engineering, hardware and software system integration, technical analysis, drawing and technical data development, software development, technical order development, flight safety analysis, reliability and maintainability analysis, ground and flight test support, and program analysis. The prime contractor would be responsible for providing or obtaining access to all B-52H technical data to meet program requirements. This includes B-52H design data, engineering data, qualification data, test data, reliability data and configuration data. No B-52 data will be provided by the Government to the contractor in support of this effort. The prime contractor would be responsible for providing or obtaining access to all B-52H expertise to meet the requirements of this program. This includes personnel with expertise in B-52H design, structures, engineering, configuration, sustainment, electronics, hardware, software, support equipment, training devices system integration, nuclear hardness and weapons. No B-52 expertise will be provided by the Government to the contractor in support of this effort. Qualified contractors must have expertise in all aspects of integrating complex avionic systems with the B-52H. Contractors must obtain access to B-52H design, engineering, qualification, test, reliability, and configuration data. Contractors must have suitable facilities, tools, equipment, and personnel to support this integration effort. Contractors must have the ability to receive, generate, and store top secret materials. Contractors must provide specific details on how required technical data, expertise, facilities, tools, equipment, and personnel will be obtained to meet the requirements of this program. Contractors responding to this Sources Sought Synopsis shall submit the following information electronically no later than January 30, 2009, 4:30 PM EST to michael.moore@tinker.af.mil. Responses must include the following: name and address of firm, capabilities related to the task areas above, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners; intent to participate in the upcoming acquisition as a prime offeror; list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). The page limitation for this submission is fifteen (15) pages. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their responses. This synopsis does not constitute a Request for Proposals (RFP), or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information submitted by respondents to the Sources Sought request. The Government reserves the right to contact the submitting parties as required, for further clarification on material provided. The Government will evaluate the information provided, include it in our document with our market research, and use it as needed during RFP development. In addition, the Government will use its evaluation of the information and other research to determine which sources appear qualified to perform the work required by the Government. The Government intends to release the RFP only to those respondents deemed qualified for this requirement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9fdcfe0459c7759cf82b55f569f8a8e3&tab=core&_cview=1)
 
Place of Performance
Address: DEPARTMENT OF THE AIR FORCE, 327 ACSG/PK, 3001 STAFF DR STE 2AH 86A, Tinker Air Force Base, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN01722399-W 20081221/081219220043-9fdcfe0459c7759cf82b55f569f8a8e3 (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.