Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2009 FBO #2608
SOLICITATION NOTICE

A -- ALEP Block 1 JCAS Full Rate Production

Notice Date
1/14/2009
 
Notice Type
Presolicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 77AESG -Aeronautical Systems Group, 7980 Lindbergh Landing, Brooks City-Base, Texas, 78235-5119, United States
 
ZIP Code
78235-5119
 
Solicitation Number
FA8902-09-R-1003
 
Response Due
1/28/2009
 
Archive Date
2/12/2009
 
Point of Contact
Alfort Belin, Phone: 2105364728, Moseley O Soule Jr,, Phone: 210-536-6507
 
E-Mail Address
alfort.belin@brooks.af.mil, moseley.soule@brooks.af.mil
 
Small Business Set-Aside
N/A
 
Description
The 77 Aeronautical Systems Group, Contracting Division (77 AESG/PSK) intends to negotiate and award a sole source, firm-fixed price contract with Teledyne Scientific & Imaging, LLC, Thousand Oaks, CA (CAGE Code 2D609), to procure Joint Helmet-Mounted Cueing System (JHMCS) Compatible ALEP Spectacles (JCAS). The Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1. This contracting action will be executed as a modification to Contract F41624-02-C-1107 to Teledyne Scientific and Imaging, LLC, to add 700 additional Firm Fixed Price units for JCAS Full Rate Production (FRP), for a total quantity of 1,200. The objective of the ALEP Block 1 program is to develop, manufacture, test, field, and sustain a laser eye protection system for aircrew members. ALEP will provide protection against laser devices/systems in combat and training situations while minimizing visual acuity degradation and will be compatible with current Aircrew Flight Equipment (AFE). JCAS is highly specialized equipment in that it incorporates state-of-the-art filter elements. JCAS must also be compatible with JHMCS. JCAS FRP will transition the JCAS System into the final phase of production. This effort shall include all management and technical support, quality assurance, planning, material and production support and facilities to build and deliver 1,200 production units. Specific performance specifications are classified and requests must be submitted to the Contracting Officer along with evidence of the required facility and personnel security clearances at or above the secret level. In place DD-254 will be required in order to access the Government Performance Specification. This JCAS FRP will be a production effort only; no developmental efforts will be considered. A Laser Eye Protection spectacle at a Technology Readiness Level 9 is required. Qualification Requirements: Due to the complexity and criticality of this requirement, only manufacturers that have successfully completed all testing required by the original company responsible for the design, or manufacturers that have successfully completed all testing on items determined by the Government to be similar in complexity and criticality, can be considered approved sources for this item. The vendor shall provide the following: 1.) Results of Operational Tests with F-15 and F-16 units; 2.) Results of Ground Evaluations to verify the maintenance concept, fitting procedures, and in-cockpit pre-flight checks; 3.) Results of Flight Evaluations to verify operational safety, suitability, and effectiveness with the F-15 and F-16 airframes; 4.) Provide test data that demonstrates visual compatibility for in- and out-of-cockpit environments for the F-15 and F-16 airframes; 5.) Demonstrate production capability by providing a minimum of 120 production representative devices and present manufacturing data to verify production yields and confirm manufacturing capacity and maturity; 6.) Provide test data that demonstrates physical compatibility with the aircrew population for spectacle frame compatibility (form/fit/function) with the JHMCS ensemble; The device shall meet requirements contained in the ALEP Performance Specification which includes laser protection, optical qualities, visual performance, durability, and environmental specifications. Current qualified source is: Teledyne Scientific & Imaging. Proposed delivery is a minimum of 40 units per month and is to commence five months after receipt of modification. Proposed period of performance is 17 months after receipt of modification. Ship/To: A total of 26 USAF CONUS and OCONUS locations in shipments of approximately 20 units each. Inspection & Acceptance at Source; FOB Destination. Any concerns regarding this acquisition may be directed to the Contracting Officer. An Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. If your concerns are not satisfied by the Contracting Officer, interested parties are invited to contact the Ombudsman, Mr. Edward Noack at 210-536-2319 or e-mail edward.noack@brooks.af.mil. Collect calls will not be accepted. All responsible sources may submit an offer which will be considered. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRY (CCR) PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. PLEASE NOTE THAT TELEPHONE REQUESTS/COLLECT CALLS WILL NOT BE HONORED. Responses should be submitted not later than fifteen days after synopsis appears in FBO. Only e-mailed, written or faxed requests received directly from the requestor are acceptable. FAX number is 210-536-4563 and e-mail address is alfort.belin@brooks.af.mil. Authority: 10 U.S.C. 2304 (c )(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The PCO is Moseley Soule, 77 AESG/PSK, 7980 Lindbergh Landing, Brooks City-Base, TX 78235-5119, 210-536-6507, e-mail moseley.soule@brooks.af.mil. The buyer is Capt Al Belin, 77 AESG/PSK, 210-536-4728, e-mail alfort.belin@brooks.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4422f931d0ca46f434e6cfa08ebcb319&tab=core&_cview=1)
 
Place of Performance
Address: Thousand Oaks, California, United States
 
Record
SN01732081-W 20090116/090114215331-4422f931d0ca46f434e6cfa08ebcb319 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.