Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2010 FBO #3183
SOURCES SOUGHT

R -- AN/TYQ-23 (V)5 TAOM Sustainment Engineering Tasks - Draft Contractual Engineering Task

Notice Date
8/10/2010
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8217-10-R-51135
 
Archive Date
8/31/2010
 
Point of Contact
Tyler Berensen,
 
E-Mail Address
tyler.berensen@hill.af.mil
(tyler.berensen@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Contractual Engineering Task Sources Sought Synopsis Contract for AN/TYQ-23 (V)5 Tactical Air Operations Module (TAOM) Sustainment Engineering Tasks For planning and information purposes the Ogden Air Logistics Center, CRC System Support Management Section (OO-ALC/GHSIB), Operations Element (GHSIBB) is seeking potential sources for a contract for the performance of sustainment engineering tasks related to the AN/TYQ-23(V)5 TAOM. A contractor shall provide supplies and services required to plan, analyze, manage, design, engineer, integrate, produce, test, and document the products required under the sustainment tasks. The anticipated contract period is 6 months with a 2 month rework period. The government requests that interested companies complete the attached Market Survey to provide a summary and relevance to generic company information, hardware, software, technical orders, design and integration, Diminishing Manufacturing Sources and Material Shortages (DMSMS), technical data package production, development of test plans and procedures and facilities required to develop and test items. At this time, the Government intends to award this effort utilizing the Design and Engineering Support Program (DESP) II indefinite delivery indefinite quantity contract. It is possible that if an 8(a), HUBzone, or SDVOSB is qualified to perform this effort, that the contract award will be made directly to that company. If no qualified 8(a), HUBzone, or SDVOSB is available, it is likely that this will be a small business set-aside under DESP II. This is not a Request for Proposal (RFP) or Invitation for Bid (IFB); it is only to obtain market capabilities/industry comments and is to be used for informational purposes only. The Air Force does not intend to award a contract on the basis of this request, nor will the Air Force pay for the information requested. Your answers are intended to be used to help construct our acquisition strategy and may be used to structure the Government's RFP. In accordance with FAR 15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Respondents needing confidential treatment for any proprietary information they furnish must comply with the SEC's confidential treatment regulations at 17 C.F.R. 200.83. Responses to this Sources Sought Synopsis will not be returned. Respondents will not be notified of the result of the review. All responses shall be submitted via email to tyler.berensen@hill.af.mil no later than 1700 Mountain Standard Time, 16 Aug 2010. No telephone inquiries will be accepted. AN/TYQ-23 TAOM Sustainment Tasks Market Research Survey There is no requirement or limit on responses to any individual question/request below, but please limit your overall response to a cumulative total of twelve (12) pages for all questions. Name of Contact: ____________________________________________________________ (Please Print or Type) Title/Function: ______________________________________________________________ Name of Co: ________________________________________________________________ Address: ____________________________________________________________________ Phone #: __________________________ FAX #: ____________________________ E-Mail Address: _____________________________________________________________ 1. What is the NAICS size standard of your business? 2. How many engineers do you have employed at your company? a. What type of engineers? b. What other personnel do you anticipate to work on the program and what are their specialties? 3. Has your company had previous experience with any of the following Air Force equipment or information? (mark all that apply) a. _____ AN/TYQ-23(V)4 or (V)5 b. _____ VME c. _____ Solaris d. _____ VxWorks e. _____ Embedded software/firmware modification/authoring f. _____ Single Board Computers g. _____ SCSI peripherals h. _____ Technical Order authoring/modification i. _____ Production-level drawing / Specification Control Drawing authoring 4. If your company has previous experience as stated above, please provide a brief description of the program(s) you supported and your responsibilities/experience with the program(s). Specifically, please provide details of your experience in design and integration, DMSMS support, development of test plans and procedures and technical data package production. 5. Please briefly describe any experience you have with development of limited quantity supplies (prototype, production-representative units, etc). 6. Please describe any experience your company has in establishing subcontracts with third party suppliers. 7. Please describe any experience your company has in producing documentation and technical orders such as operations and maintenance manuals, Time Compliant Technical Order (TCTO), and Technical Order redlines. 8. Do you have all facilities, resources, and any special equipment required to support foreseeable contract tasks to include development, testing, integration, technical data package production, and any other special items needed? If not, briefly describe how you would address the issue. 10. Please describe your company's understanding and incorporation process of the Department of Defense Unique Identification (UID) requirements for military parts/equipment. 11. Please describe how you will meet operations, test and integration and other aspects that will require access to classified environments throughout the life of the contract. 12. Please provide any additional information you feel would assist the government in determining your ability to support this type of workload. 13. Is your firm an 8(a), HUBzone, or SDVOSB? Has your firm been awarded a contract under the Design and Engineering Support Program (DESP) II?
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8217-10-R-51135/listing.html)
 
Record
SN02234920-W 20100812/100810235347-a604e519632047fca95523febe513489 (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.