Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2011 FBO #3401
MODIFICATION

16 -- RFI for NVIS-Compatible External Lighting System for C-130H2 Aircraft

Notice Date
3/16/2011
 
Notice Type
Modification/Amendment
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Air Force Reserve Command Test Center, AATC, 1600 E. Super Sabre Drive, Bldg #10, Tucson, AZ 85706
 
ZIP Code
85706
 
Solicitation Number
W912L211130EL
 
Response Due
4/8/2011
 
Archive Date
6/7/2011
 
Point of Contact
Jon Ransom, 520-295-6938
 
E-Mail Address
Air Force Reserve Command Test Center
(jon.ransom@ang.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Response date has been extended to 8 April 2011. RFI for NVIS-Compatible External Lighting System for C-130H2 Aircraft As prescribed in Federal Acquisition Regulation (FAR) 15.209(c), the following provision is inserted: IAW FAR 52.215-3 --Request for Information (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, bid and proposal costs, of the FAR. (b) Although proposal and offeror are used in this request for information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of identifying information on aircraft cockpit lighting technologies that have already been developed or may be modified from other Aerospace Industry solutions to meet the agency requirement as listed below: The Air National Guard and Air Force Reserve Command Test Center (AATC) is conducting an effort to determine potential sources for external lighting solutions compatible with night vision imaging systems (NVIS) on Air National Guard (ANG) and Air Force Reserve Command (AFRC) C-130H2 or earlier aircraft. This announcement is for informational purposes and does not constitute a request for proposal. AATC is seeking contractors interested in providing affordable, readily available form, fit and function (F3) external Light Emitting Diode (LED) and/or Infrared Emitting Diode (IED) lighting solutions compatible with current generation military NVIS. The system must use the latest military and/or commercial off-the shelf (COTS) technology with minor modifications that can be used as part of an Operational Utility Evaluation (OUE) effort. System Requirements: a.Solutions must ensure the system meets MIL-L-6503EH, Lighting Equipment, Aircraft, General Specifications for Installation, and Federal Aviation Administration (FAA) Federal Aviation Regulations (FAR) Airworthiness Standard Part 25.1391, Minimum Intensities in the Horizontal Plane of Forward and Rear Position Lights; MIL-C-25050 (SAE AS25050A) Colors, Aeronautical Lights and Lighting Equipment, General Requirements for. b.Be form, fit, and function to the existing external lighting system with only minor modifications. c.The system must offer a range of NVIS radiant intensity (NRI) output that may be varied to suit the ambient environment. Objective of OUE is to demonstrate and validate potential solutions for recommendation for fielding options within the next 1-3 years. Proposed start dates for OUE is 6 Apr 2011. Actual fielding decision is beyond the scope, intent, or authority of this RFI or OUE. Potential for follow-on procurement is dependent on results of tests and availability of funding. The government is looking for a system that offers the best value to the government, not necessarily the lowest procurement cost. Mission effectiveness and safety are key considerations. Interested parties capable of providing a system that meets or exceeds the above requirements, shall provide a statement of capability (SOC) that demonstrates the existing capability to provide, modify, and sustain the system, along with a description of system capabilities. A rough order of magnitude (ROM) is requested as part of the RFI and will be used as market research. The SOC shall be unclassified and the information submitted should be pertinent to, and identify the system capability as related to the technical effort requested. A limit of fifty (50) pages is imposed for the responses, which should be received by close of business 18 Mar 2011. Testing results are expected to determine the most effective system. Please e-mail all information and SOC to the AATC Contracting Officer, SMSgt Jon Ransom, at jon.ransom@ang.af.mil. This synopsis is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to directly pay for any information or responses submitted as the result of this synopsis. Contracting Office Address: AATC, Bldg 10 1600 E. Super Sabre Drive Tucson, AZ 85706 Place of Performance: AATC, Bldg 10 1600 E. Super Sabre Drive Tucson, AZ 85706 Point of Contact(s): Contracting Officer: SMSgt Jon Ransom, jon.ransom@ang.af.mil, (520) 295-6938; Test Program POC: Mr John Wilkens, john.wilkens@ang.af.mil, (520) 295-6992; Technical POC: Mr Chris Zeller, chris.zeller.ctr@ang.af.mil, (520) 295-6952.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02-3/W912L211130EL/listing.html)
 
Place of Performance
Address: Air Force Reserve Command Test Center AATC, 1600 E. Super Sabre Drive, Bldg #10 Tucson AZ
Zip Code: 85706
 
Record
SN02402486-W 20110318/110316234841-f3153717ff22c8dafc9571dc376636a3 (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.