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
SOLICITATION NOTICE

16 -- F-16 AN/APX-113-(V)2 Mode 5 Advanced Identification Friend or Foe (AIFF) Combined Interrogator/Transponders (CIT)

Notice Date
8/10/2010
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
APX113Mode5
 
Archive Date
9/25/2010
 
Point of Contact
Elizabeth Z Gillespie,
 
E-Mail Address
elizabeth.gillespie@wpafb.af.mil
(elizabeth.gillespie@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a pre-solicitation synopsis. The Aeronautical Systems Center (ASC), F-16 Division, intends to award a contract on a sole source basis to BAE Systems, Greenlawn, NY, for the production of AN/APX-113-(V)2 Mode 5 Advanced Identification Friend or Foe (AIFF) Combined Interrogator/Transponders (CIT) for use on United States Air Force and European Participating Air Forces F-16s. BAE Systems is the sole designer, developer, and manufacturer of the AN/APX-113-(V)2 Mode 5 AIFF CIT, which is the only Mode 5 CIT integrated on the F-16. This notice of intent is not a request for competitive proposals. The Fiscal Year (FY) 2012 contract award will include a basic quantity and contract options through FY15 for a total production of approximately 958 units. The AN/APX-113-(V)2 is a non-developmental item (NDI), adapted from the BAE APX-113-56 to be Mode 5-capable. Mode 5 capability is required by FY14. Performance requirements are as follows: The box must be a Mode 5 certified IFF system. Due to space limitations on the F-16, the use of a CIT is necessary. The friend identification percentage must meet a certain threshold, which is classified. It must have the ability to interoperate with platforms equipped with improved and current Mark XII systems to include the accomplishment of all top-level Information Exchange Requirements (IERs) designated critical. Additionally, it must operate with the already installed Group A kit (beam forming network, fuselage antenna, and lower interrogator antenna) already installed on the jet. It is not in the best interest of the government to fund and certify a new AIFF CIT, thus increasing the cost and delaying operational capability. The government does not own the data rights for the system, therefore, to avoid duplication costs, the government intends to award the effort pursuant to the authority of 10 U.S.C. 2304 (c)(1) as implemented by FAR 6.302-1. The National American Industry Classification System (NAICS) code for this procurement action is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. Please indicate number of employees relative to the size standard of 1,000 for determination of small business status. Respondees shall include their assigned DUNS number and their Commercial and Government Entity (CAGE) code. The point of contact for this action is ASC/WWMK, 2725 C Street, Wright-Patterson AFB OH 45433-7424, Attn: Nevin McCormick, Email: Nevin.McCormick@wpafb.af.mil. Any technical questions should be referred to Bob Larsen at Robert.larsen@wpafb.af.mil. The Contracting Officer is Betty Gillespie, Email: Elizabeth.Gillespie@wpafb.af.mil. In accordance with AFMC Clause 5352.201-9101, the ASC Ombudsman for this effort is Mr. Howard Marks, ASC/AQ, 1755 10th Street, B502, Wright-Patterson AFB, OH 45433 (Phone: 937-785-8642; E- Mail: Howard.Marks@wpafb.af.mil). Interested parties are encouraged to provide information on their capabilities to meet this F-16 AIFF CIT requirement. In order to be considered a potential source, interested parties must submit clear and convincing documentation demonstrating their capabilities to satisfy the requirement specified above and advantages of the government to consider another source. The documentation shall include prices and descriptive literature containing sufficient technical documentation to establish a bona-fide capability to meet this requirement. Only written responses will be considered. Send responses to Elizabeth.Gillespie@wpafb.af.mil. All written responses from the responsible sources will be fully considered. If no affirmative written response, indicating that a comparable source is available, the government shall proceed with a sole source award to BAE Systems.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/APX113Mode5/listing.html)
 
Record
SN02235244-W 20100812/100810235713-cb2ac3f8e7454d0b783b337f23297490 (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.