Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2009 FBO #2850
SOURCES SOUGHT

16 -- LAIRCM Sources Sought Synopsis

Notice Date
9/11/2009
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
2275 D. Street Rm 149WPAFB OH 45433
 
ZIP Code
45433
 
Solicitation Number
FA8625-10-R-6598
 
Response Due
9/28/2009
 
Archive Date
10/11/2009
 
Point of Contact
Andrew McMullen, 937-656-9713
 
E-Mail Address
andrew.mcmullen@wpafb.af.mil;Kmiberly.Turner@wpafb.af.mil
(andrew.mcmullen@wpafb.af.mil;Kmiberly.Turner@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought synopsis announcement; a market survey for information only. The purpose of this synopsis is to gain knowledge of contractors interested in becoming a source to produce, integrate and maintain the AN/AAQ-24(V) variant systems. This is not a solicitation for proposals and no contract will be awarded from this synopsis. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. Please do not request a copy of a solicitation, as one does not exist. Description: Major components of the AN/AAQ-24(V) system are lasers, pointer tracker assemblies, a processor assembly, a control indicator unit (CIU), repeater assemblies and missile warning sensors (MWS). The National Stock Numbers (NSN) are: Item NomenclatureNSN Processor, Countermeasure5865-01-505-8473Missile Warning Sensor (MWS)5865-01-515-3488Control, Countermeasures - Control Indicator Unit (CIU)5865-01-435-9339Guardian Laser Transmitter Assembly (GLTA)5868-01-538-4648Repeater5865-01-506-0382Small Laser Transmitter Assembly (SLTA)5865-01-535-8659NexGen 2-Color IR MWS (P/N 001-008087-005)No NSN Currently Assigned Contractor Requirements: The contractor's system shall satisfy and meet thresholds contained in the Multi-Command Large Aircraft Infrared Countermeasures Operational Requirements Document (ORD) 314-92. The contractor shall provide test data that demonstrates physical compatibility with USAF and USN equipped AN/AAQ-24(V) aircraft for A-Kit compatibility (form/fit/function). The contractor shall provide results of ground evaluations to verify the maintenance concept, fitting procedures, and in-cockpit pre-flight checks. The contractor shall provide results of operational tests with a variety of USAF and USN transport and rotary wing aircraft. The contractor shall provide results of flight evaluations to verify operational safety, suitability, and effectiveness (OSS&E) with USAF and USN transport and rotary wing aircraft. Companies must demonstrate that they have past experience integrating and producing the AN/AAQ-24(V) systems or similar systems. Interested parties will also identify facilities that will be utilized along with their capability and capacity per year for each NSN. The first production delivery requirement is fifteen (15) months from the date of the contract, which is anticipated first quarter of FY11. Successful supplier must demonstrate intimate knowledge of the AN/AAQ-24(V) system, including areas such as production, statistical process control data, fault isolation/repair/product acceptance processes, projected parts/materials usage and the necessary special test equipment. Successful supplier is required to warrant that the item will satisfactorily perform when used for the purpose intended by the USAF and USN. Current qualified source is: Northrop Grumman Corporation, Rolling Meadows, IL. The Government requests that the following accompany any submission. Submissions shall not exceed 25 pages (8" X 11"). Font shall be 12-pitch with one-inch borders. 1. The Government is seeking interested firms to furnish the following information: (1) Company name, address, point of contact, telephone number and e-mail address. (2) Business size (if 8(a) provide proof of certification, etc) under North American Industry Classification System (NAICS) 334419. (3) Under which NAICS does your company usually provide supplies identified above? Do you consider a NAICS code other than 334419 to be more appropriate as a classification for the supplies identified above? Please include the rationale for your answer. (4) Which of the following would you see as your role in the performance of a potential requirement of this nature? (a) Prime Contractor; (b) Subcontractor; or (c) Other, and please describe. (5) Are you willing to provide data rights, if so, at what level? (6) Provide no more than three (3) references for no more than three (3) of the most recent and relevant contracts performed within the last three (3) years. Include name, ! address, telephone number and e-mail address of references. Also, provide a brief description of the work performed, and period of performance. Information on contracts must be the same or similar to the nature of this inquiry. 2.Provide a detailed schedule reflecting best response time capability for the following deliverables: Production of 300 systems per year. 3.Descriptions of any past or current Contracts whose deliverables satisfy items covered in this announcement, either whole or in part, to include lasers, pointer trackers assemblies, a processor assembly, a control interface unit, repeater assemblies, missile warning sensors, and additional accessories. Responses should include two (2) paper copies of the submission and two (2) electronic copies. The paper copies should be sent to 654 AESS/SYKA, 2275 D Street, Area B, Building 16, Room 047, Wright-Patterson Air Force Base, Ohio, 45433-7239 not later than thirty (30) days from the publication of this notice. The electronic copies should be sent to Ms. Kim Turner, e-mail kimberly.turner@wpafb.af.mil and Ms. Dora Vescio, e-mail dora.vescio@wpafb.af.mil. Also, any non-technical and/or contractual questions should be referred to Ms. Kim Turner at (937) 656-9174, e-mail kimberly.turner@wpafb.af.mil, and Ms. Dora Vescio at (937) 656-9726, e-mail dora.vescio@wpafb.af.mil. Technical and program questions should be referred to Ms. Cecelia Boker at (937) 255-9956, e-mail cecelia.boker@wpafb.af.mil. For more information on "LAIRCM Sources Sought Synopsis", please refer to:https://pixs.wpafb.af.mil/pixs_solicitation.asp?id=6282
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8625-10-R-6598/listing.html)
 
Record
SN01951202-W 20090913/090912001533-5801658a7b6ce6dd32a17b3ea8063063 (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.