Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 06, 2010 FBO #2965
SOURCES SOUGHT

58 -- Joint Threat Emitter (JTE)

Notice Date
1/4/2010
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 84th Combat Sustainment Wing, 84 CBSG/PKR, 6039 Wardleigh Road, Bldg 1206, Hill AFB, Utah, 84056-5835
 
ZIP Code
84056-5835
 
Solicitation Number
FA8217-10-R-JTE01
 
Point of Contact
Jason Grove, Phone: 801-586-2246
 
E-Mail Address
jason.grove@hill.af.mil
(jason.grove@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: Contracting Office Address For This Specific Sources Sought Synopsis: Department of the Air Force; Air Force Materiel Command; Hill AFB OO-ALC; OO-ALC/84 CBSG/PK; 6039 Wardleigh Road, Bldg. 1206; Hill AFB; UT 84056-5838 Description: This Sources Sought Synopsis constitutes a request for information to assist the Air Force in conducting market research of industry to identify potential sources that may meet Air Force requirements for production of the following Joint Threat Emitter (JTE) Block 0 Kit 1 units: approximately seven (7) Receiver-Transmitters Group, OA-9520/TSQ-T10 (previously known as threat emitter units (TEUs)) with Part Number 200532017-1 and NSN: 5895-01-543-4399FD; up to five (5) Tactical Computer Console units, OJ-824/TSQ-T10 (previously known as fixed command and control units (C2Us)) with Part Number 200734626-1 and NSN: 7022-01-552-5382FD; up to five (5) Receiver-Transmitter Control Group, OK-675/TSQ-T10 (previously known as mobile C2Us) with JTE Part Number 200425533-1 and NSN:5895-01-543-4728FD; approximately seven (7) infrared (IR) cameras procured from a source control drawing with JTE Part Number 200425458-1, and related integration (as an integral/incidental part of the JTE unit deliveries) of these JTE Units on typical training ranges. This procurement will also include up to three (3) JTE Wideband Kits (only the Enhanced Threat Capability Kit will be procured with JTE Part Number 684-1000001-01, NSN not assigned as yet) The wideband kit is designed as an interchangeable replacement of the TEU emitter kit #1 and is comprised of a complement of five transmitters and other circuitry required to generate the RF threat signals listed in a classified JTE Signal Definition Document. Site surveys are to be accomplished to characterize and document existing range infrastructure for up to ten (10) training ranges which will host these JTE Block 0 Kit 1 production units. Travel is projected to support preparation and execution of site installation and test as well as Program Management Reviews (PMRs). The Hill AFB, Utah Range Threat System Program Office (RTSPO) intends to generate a purchase request leading to firm-fixed-price (FFP) contract award for the production of these systems during a production phase that is projected to include a production rate of four (4) fixed CCTs, seven (7) RTGs, and three (3) wideband kits per year over a production period planned to be five (5) years in duration. The infrastructure effort may utilize a pricing arrangement other than FFP. This contract will utilize a five (5) year Indefinite Delivery/Indefinite Quantity (IDIQ) type contract, each ordering period will consist of 365 days after award of contract (ARO). A responding company must provide rationale if a fixed-type pricing arrangement is deemed inappropriate for their production approach. The contract award may be against a new contract, an existing delivery order contract, and/or an existing delivery order. This request for information is for production of high-fidelity systems that will be deployed on Air Force and Navy major large force exercise ranges, and primary training ranges to include Electronic Scoring Sites. This advanced threat training environment will match actual combat conditions as closely as possible in the type, density, deployment, and employment of anticipated threats. The JTE Block 0 Kit 1 and Wideband Kit provide dispersed threat signals to aircrews during simulated penetrations of hostile airspace for surveillance and bombing runs, for the purpose of aircrew tactics and electronic combat training. JTE uses an automatic tracking capability to acquire an aircraft and execute computer-controlled, user re-programmable threat scenarios. JTE is or could be deployed at improved (e.g. graded roads and concrete pad) and unimproved (e.g. no roads, no pad - literally anywhere on a range) sites. JTE complements existing threat simulators/real threats deployed on test and training ranges by emulating signals which simulate the latest and most advanced air defense threat radars. Delivered/integrated JTE units/systems must meet the complete requirements in the JTE System Performance Specification.The units/systems must also meet all of the detailed data and software specifications that the Government does not possess and all of the data and software specifications that the government can't release due to lack of rights (see next paragraph). Delivered Wideband Kits must meet the complete and exact design requirements of what is being delivered under contract FA8217-07-C-0046 (under which Amherst Systems, Inc/Cage Code 1L4J7 is performing as the prime contractor) including all of the detailed data and software specifications that the Government does not possess and all of the data and software specifications that the government can't release due to lack of rights. The government does not have a competitive bid package for this procurement. The threat emitter unit signal generator (CEESIM) software/hardware is an example of technical data (for both the Block 0 Kit 1 and Wideband TEU configurations) that the government does not have adequate rights to release to support a competitive bid package. The government also does not have the related subsystem specifications (necessary for production) in their possession to support a competitive bid package. Since the government does not have a competitive bid package for the JTE Block 0 Kit 1 TEU or the JTE Wideband Kit, any interested parties must clearly identify with supporting rationale if they have the ability to meet the requirements without a competitive bid package from the government. At a minimum, the following is the technical data and software associated with the JTE Block 0, Kit 1 configuration and Wideband Kit that cannot be released due to limited and/or restricted rights: - Threat emitter unit signal generator (CEESIM) software - Range data integration processor components of the command & control subsystem software - Mission situation awareness terminal components of the command & control subsystem software - Transmitter controller software Access to this data is also required to meet the site survey, infrastructure planning/utilization, and integration requirements associated with this effort due to the need to understand fully the structure and timing of the data sent and received via system internal and external interfaces. This effort will require access to and processing of classified information up to and including SECRET/NOFORN security requirements. The corresponding DD254 will be provided as part of the associated solicitation. Contract performance is also expected to involve data that is subject to export control laws and regulations. Only contractors who are registered and certified with the Defense Logistics Services Center (DLSC) shall be provided copies of any related solicitation or other data subject to foreign disclosure restrictions. Contact the Defense Logistics Services Center, 74 Washington Avenue N., Battle Creek, Michigan 40917-3084 (1-800-353-3572) for further information on the certification process. You must submit a copy of your approved DD Form 2345, Military Critical Technical Data Agreement, with your request for any related solicitation. Each interested entity that has the capability to meet the production requirements for JTE Block 0 Kit 1 and Wideband Kits hereby has the opportunity to provide supporting rationale to that effect. Each interested entity (that has the capability to meet any specific (or all) of the requirements is requested to provide the following information to help the Air Force determine prospective contractors: (1) Supporting rationale that they possess, soon will possess, or have/will-have a formal business relationship with an entity that does possess, all of the data, drawings, and other technology that is necessary for meeting the requirement(s) identified above. Supporting rationale must show evidence (from the company that has data, drawing, software, etc. package(s) for each requirement) that this company is providing this package to the company that is responding to the sources-sought-synopsis or that this company is willing to partner up with the company that is responding to the sources-sought-synopsis. (2) Supporting rationale that they have the expertise and capability to meet such requirement(s). Please respond to: Department of the Air Force; Air Force Materiel Command; Hill AFB OO-ALC; OO-ALC/84 CBSG/PK; Attn: Jason Grove; 6039 Wardleigh Road, Bldg. 1206; Hill AFB; UT 84056-5838 (or e-mail: jason.grove@hill.af.mil). fax is (801) 586-3366. If the response is not through an e-mail, please send an e-mail to notify that the response has been mailed or faxed. Responses are due no later than the response date identified above. No phone responses will be accepted. Note that a request for proposal would include requirements that are more detailed than what is identified in this sources sought synopsis. This is not a request for proposal (RFP) or an invitation for bid, nor is it to be construed as a commitment by the government. The government does not intend to make an award on the basis of this sources sought synopsis/request for information or otherwise pay for the information solicited herein. Copies of the submitted information will be reproduced and review may be used to develop a request for proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/84CBSG/FA8217-10-R-JTE01/listing.html)
 
Record
SN02034095-W 20100106/100104235115-ea2eb38714c27f2793f94552dfb9d2f6 (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.