Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2009 FBO #2673
SOURCES SOUGHT

15 -- QF-4 FSAT-PRODUCTION

Notice Date
3/20/2009
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FA8675-09-C-0225
 
Point of Contact
Deanna E. Wright,, Phone: 8508833386, Sharon P Lovelace,, Phone: (850)885-3385
 
E-Mail Address
deanna.wright@eglin.af.mil, sharon.lovelace@eglin.af.mil
 
Small Business Set-Aside
N/A
 
Description
Description: SOURCES SOUGHT SYNOPSIS - QF-4 Full Scale Aerial Target (FSAT) - Lots 16 and 17 Follow-On Production and Sustainment - The Air Armament Center, 308th Armament Systems Wing, 691st Armament Systems Squadron, Contracts Office, Eglin AFB FL is conducting market research in preparation for a new contract to be awarded in FY10 for 2 production lots of QF-4 Full Scale Aerial Targets (FSATs) and approximately 5 years of engineering/sustainment support. QF-4 targets are used by the 53d Weapons Evaluation Group (WEG) to test and evaluate air-to-air and surface-to-air weapon systems. The Air Force currently procures the QF-4 target, produced by BAE Systems, to meet this need. The Government does not own a current technical data package for the QF-4 FSAT, does not have peculiar support equipment available to provide to interested sources and does not have research and development funding to develop a new QF-4 target system. The QF-4 program involves the contractor modifying Government-furnished RF-4C aircraft and installing a contractor-furnished drone package, resulting in a remotely controlled, supersonic, afterburning FSAT capable of all-attitude, high G maneuvering flight. Major contractor-furnished items are as follows: (1) Command Telemetry System (CTS), (2) Primary and Back-up Automatic Flight Control Systems (AFCSs), (3) Flight Termination System (FTS), and (4) Vector Scorer System. The FSAT must be compatible with the Gulf Range Drone Control System (GRDCS) at Tyndall and the Drone Formation Control System (DFCS) at the White Sands Missile Range NM. In addition to producing the FSAT, the contractor must provide the following: 1) Maintenance/repair of Government-furnished RF-4C aircraft upon delivery of the aircraft from the Government to delivery of the FSAT at Tyndall AFB FL, (2) Sustaining engineering for support of the currently deployed FSAT systems (to include configuration management, development of design changes, integration, and documentation (engineering and technical order data) of newly defined requirements), (3) Drone-unique component warranty, (4) Repair of out-of-warranty FSAT system equipment, (5) Support to sustain logistics/drone-unique technical order/manual (issued as supplemental manuals to basic F-4 manual series), (6) On-site technical support at Tyndall AFB FL, and (7) spares provisioning for the drone package components. Environmental stress screening (ESS) from the lowest assembly through the system-level will be required on all drone-unique system components. The sustaining engineering support requirement is projected to extend to 2016. The following provisions will apply to each production lot: 1) Procurement of a variable quantity ranging from 1 to 24 FSATs with a most likely quantity of 12 targets per lot, 2) All drone-unique components procured from other than currently qualified component vendor(s) will be subject to a formal qualification program, and 3) All FTS explosive components will be subject to lot acceptance testing. The QF-4 FSAT system is defined by the following documentation, which is available in an electronic technical library that is accessible to interested sources with the required export control license IAW DoD Directive 5230.25: (1) Government-developed/maintained Performance Specification, (2) Contractor-developed and maintained set of Type-B (B1, B2, and B5) Specifications, (3) Contractor-developed and maintained set of Type-C (C1, C1b, C2, C2b, C4, and C5) Specifications, (4) Out-dated Technical Data Package (TDP), and (5) Set of drone-unique supplemental manuals to the basic F-4 technical order series. Specifications are on digital media, format compatible with Microsoft Windows - Word/Excel/Power Point. The TDP consists primarily of digital media - text in Microsoft Windows - Word/Excel/Power Point format, mechanical drawings in.dwg file extension, Auto Cad format, and electrical/electronic/artwork in Gerber Out format. Technical orders consist of Word text files with Auto Cad and Gerber Out format illustration sub-files. The Government intends to include a copy of all reference documents, except the F-4 basic technical order series, in a technical library that will be located on the Aerial Targets Information Management System (ATIMS) site, a Lotus Notes-based system accessible via the Internet. Interested sources can examine related program documentation, except for the basic F-4 technical order/manual series, via ATIMS once authorized/cleared by the Program Office. However, the Program Office will have to coordinate use of the F-4 technical order library, maintained at Tyndall AFB FL, on an as required/requested basis. Schedule is critical for this procurement, and any potential source must be able to deliver targets within the required timeframe to meet critical mission requirements. A contract award of Mar 2010 is anticipated with a delivery rate of up to 2 targets per month. Deliveries must begin within 12 months from the award of the production lot in order to maintain full scale target inventories to support Air Force requirements. Interested sources who have a candidate drone package that can be installed within a RF-4C and can meet the performance and schedule requirements outlined above are invited to submit a Statement of Capability (SOC). The SOC must include independent tailored test reports and other appropriate documentation to demonstrate the following: 1) Respondent has a candidate drone package that meets the QF-4 Performance Specification, Rev L including interface requirements with specified target control systems; 2) A manufacturing plan demonstrating the ability to meet delivery schedule and production rate; 4) Interested source has the technical expertise/experience and peculiar support equipment to modify RF-4Cs to install the candidate drone package; 5) Respondent has the technical expertise and experience to perform maintenance/ repair of Government-furnished RF-4C aircraft and repair out-of-warranty FSAT system equipment; 6) Interested source has the necessary sustaining engineering capability to provide onsite technical support at Tyndall AFB FL and to maintain drone-unique technical order/manual; 7) Respondent has the capability to provide spares provisioning and 8) Respondent will provide an extended warranty for the drone package. In addition to these capabilities, the interested source must be certified to handle and store classified data, software, firmware, and hardware at the SECRET/NOFORN level. The SOC shall be limited to 25 pages including attachments. As directed by the Foreign Disclosure Office, Eglin AFB, no foreign participation shall be allowed for this effort. Firms responding to this synopsis should also state whether or not they are a small, small disadvantaged, 8(a), HUBZone certified, woman-owned, disabled-veteran owned, or minority concern as defined in Federal Acquisition Regulation (FAR) 52.219-1 and FAR 52.219-2. The appropriate North American Industry Classification System (NAICS) code for this proposed acquisition shall be 336411 with a size standard of 1,500 employees. A decision as to whether this acquisition shall be full and open competition or small business set-aside shall be based on responses to this synopsis and other market research. Firms that have submitted a Statement of Capabilities will be contacted concerning the Government's assessment of their capabilities. This synopsis is for information and planning purposes only and does not constitute an IFB or RFP, and is not to be construed as a commitment to contract by the Government. Interested companies must submit a statement of capability within 15 days of this announcement to Ms Deanna Wright at 691st ARSS, 207 West D Avenue, Suite 626, Eglin AF, FL 32542-6853 or at Deanna.wright@eglin.af.mil. An Ombudsman has been appointed to hear concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program manager 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. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather to the Contracting points of contact identified above. The Ombudsman is Col Arnold Bunch, AAC/CV, located at 101 West D Avenue, Suite 116, Eglin AFB, FL 32542-5422. He may be contacted via email at Arnold.bunch@eglin.af.mil or phone number (850) 882-5422. Points of Contact for this effort are Deanna Wright, Contract Specialist, 850) 883-3386, Email deanna.wright@eglin.af.mil or Leanne Green, Contracting Officer, Phone (850) 883-3382, Email Leanne.green@eglin.af.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=2f551a55863cea3df75e9e36d26755b9&tab=core&_cview=1)
 
Place of Performance
Address: Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, 691st ARSS, 207 West D Avenue, Suite 622, Building 349, Eglin AFB, Florida, 32542-6008, United States
Zip Code: 32542-6008
 
Record
SN01774195-W 20090322/090320220457-2f551a55863cea3df75e9e36d26755b9 (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.