Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2009 FBO #2732
MODIFICATION

J -- ELECTRONIC CONTROL UNIT AND LOAD WEAPON CONTROL PANEL - Amendment 1

Notice Date
5/18/2009
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8509-09-R-22405
 
Point of Contact
Edward Lemon, Phone: (478)926-9112, PATRICK J. VIRGILIO, Phone: 478-222-0442
 
E-Mail Address
edward.lemon@robins.af.mil, Patrick.Virgilio@robins.af.mil
(edward.lemon@robins.af.mil, Patrick.Virgilio@robins.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFP FA8509-09-R-22405, DRAFT LWCP PERFORMANCE SPECIFICATION RFP FA8509-09-R-22405, DRAFT ECU PERFORMANCE SPECIFICATION RFP FA8509-09-R-22405, ECU/LWCP PERFORMANCE WORK STATEMENT This acquisition is for the development and delivery of a Gun Control System that provides a new/replacement design for the AC-130U Plus Four aircraft 40mm and 105 Electronic Control Unit (ECU)/Loader Weapon Control Panel (LWCP) Line Replaceable Units (LRUs). The applicable Line Items are as follows: Item 0001: Non-Recurring Engineering, 1 lot; Item 0002: Trial Installation Kit, 1 lot; Item 0003: Trial Installation (Flight Test), 1 lot; Item 0004: Kitproof Kit, 1 lot; Item 0005: Kitproof, 1 lot; Item 0006: Production Kits, 1 each; Item 0007: Production Installations, 1 each; Item 0008: Spares, 1 each; Item 0009: Technical Data, 1 lot; Item 0010: Travel and Per Diem: 1 lot; Item 0011: Data in accordance with DD Forms 1423-1, Contract Data Requirements List, 1 lot. The delivery schedule ranges from 10-17 months ARO for Items 0001-0011. There is an Option for a quantity 13 each ECUs/LWCPs. Limited technical data is available. Electronic procedures will be used for this solicitation. Request For Proposal (RFP) FA8509-09-R-22405 will follow. See WEB page at http://www.fedbizops.gov/. The estimated award date is 31 Jul 2009. This Requirement is a Small Business Set-Aside. All responsible Small Business sources may submit a bid, proposal, or quotation which shall be considered by the agency. Foreign participation is permitted or the acquisition is restricted to domestic sources. All potential offerors should contact the buyer/PCO identified below for additional information and or to communicate concerns, if any, concerning this acquisition. See numbered notes 22 & 23 at WEB page http://www.eps.gov/Numbered_Notes.html /. See local note F at WEB page http://pkec.robins.af.mil/wrlcnt.htm/. This Synopsis amendment is issued to advise that Industry input is being requested to further develop our Acquisition strategy. CONTRACTOR CAPABILITY SURVEY AC-130U Electronic Control Unit (ECU)/Loader Weapon Control Panel (LWCP) Replacement Modification Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: Size of business pursuant to North American Industry Classification System (NAICS) Code: 336411 Based on the above NAICS Code, state whether your company is: Small Business (Yes / No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned Small Business (Yes / No) Service Disabled Veteran Small Business (Yes / No) Central Contractor Registration (CCR) (Yes / No) Please indicate whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Part II. Capability Survey Questions General Capability Questions: Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). Describe your company's capabilities and experience in generating technicaldata, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. What is your company's current maximum production capacity per month? Provide information on any facility reserves you may possess to increase production capacity in the event of an immediate need do to critical operational mission requirements. Are there specific requirements in the attached documentation that we provide (ECU/LWCP Performance Work Statement, ECU Performance Specification, LWCP Performance Specification) that would currently preclude your product from being a viable solution to our requirement? Describe your capability and experiences in the manufacturing/fabrication of components. What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9000, QS-9000, EIA-599, or otherwise)? Describe your capabilities and experience in managing software development projects, including subcontractor involvement. Include any experience in project planning, work breakdown structures, resource allocations, schedule tracking, risk analysis and cost management. How long do you think this project will take? What is the earliest possible delivery date for the kits that you can support? Will your design include proprietary data that limits sources of supply and support? Do you expect the design to have a larger enclosure with more weight or a smaller footprint with less weight? The dimensions are outlined in the specifications. The preferred limitations include maintaining the current wiring interface (cannon plugs), mounting layout and user input controls. This requirement is a 100% Small Business Set-Aside. Do you anticipate utilizing a subcontractor to do any of this work? What portion of the subcontracted work will be accomplished by a large business? What do you see as risks associated with using a Firm Fixed Price (FFP) contract type for Non-Recurring Engineering (NRE)? What contract type (i.e., Cost Plus Fixed Fee, Time And Material) would you recommend for NRE if FFP was not used? Will you provide a Warranty for the ECUs and LWCPs? Request written responses, facsimiles or e-mails be submitted no later than close of business Tuesday, 26 May 2009 to the following: 580 ACSG/GFKAA Attn: Edward Lemon 235 Byron Street, Suite 19A Robins AFB GA 31098-1670 Email Address: Edward.Lemon@robins.af.mil I can be reached at 478-926-9112 if you have any questions/concerns.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8509-09-R-22405/listing.html)
 
Place of Performance
Address: HURLBURT FIELD, MARY ESTHER, Florida, 32544, United States
Zip Code: 32544
 
Record
SN01821260-W 20090520/090518235132-931521734d5cfded0925755aba3170fc (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.