Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
SOLICITATION NOTICE

R -- Electronic Attack (EA) Pod Upgrade Program (PUP)

Notice Date
6/30/2011
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8540-11-R-0004
 
Archive Date
8/30/2011
 
Point of Contact
Charles T. Massey, Phone: 478-926-1384, Jason M Grizzard, Phone: (478)926-7443
 
E-Mail Address
charles.massey.1@robins.af.mil, jason.grizzard@robins.af.mil
(charles.massey.1@robins.af.mil, jason.grizzard@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
WR-ALC/GRWKB anticipates issuing a solicitation for the Electronic Attack (EA) Pod Upgrade Program (PUP). Following is a brief description of the effort: This effort is to design and produce upgrades to either the ALQ-131(V) or ALQ-184(V) to increase capability against legacy, upgraded and modern threat systems. Upgrade of an existing combat pod is required to minimize impacts to the USAF's combat electronic attack pod sustainment infrastructure, processes, and procedures. Portions of the AN/ALQ-131 or AN/ALQ-184 that do not require modification to meet the Electronic Attack Pod Upgrade Performance Specification, such as the pod cooling system and aircraft hardware interfaces shall be reused with little or no modifications. Portions of the AN/ALM-233 or AN/ALM-256 intermediate level support equipment that do not require modification to test the upgraded pod, such as the pod handling equipment, cooling system, interface hardware, and ancillary equipment shall be reused with little or no modifications. The upgraded EA pod configuration shall meet the performance requirements for Increment 1 of the Electronic Attack Pod Upgrade Performance Specification (GRWA-SPEC11-001) and will require the incorporation of receiver signal trackers and Digital Radio Frequency Memory (DRFM). The upgraded EA pod configuration shall be based on the incorporation of Critical Technology Elements (those technology elements which are new to the EA pod and are needed to meet the system's operational requirements) that have been previously demonstrated in a relevant environment. The objective of this effort is to design, fabricate, integrate, install, document, and test the modification into an upgraded ALQ-131(V) or ALQ-184(V) system prior to full scale production. This modification will entail the design and documentation of the upgraded pod hardware (H/W) and software (S/W), the qualification and design verification testing of the hardware and software, performance of a pod reliability program, identification of changes to existing ALQ-131/ALQ-184 required Organizational (O-), Intermediate (I-), and Depot (D-) level Support Equipment (SE), design and test of SE modification kits, revision of SE documentation, and revision and publication of pod and SE technical order changes. During the Engineering Manufacturing and Development (EMD) portion of this effort the contractor shall build, modify and deliver up to four (4) prototype upgraded pods and up to two (2) modified sets of SE (to include any new SE hardware required) for use in development/operational testing as specified by the contract. As an option during the basic contracting period on this effort, the contractor shall produce up to forty two (42) Low Rate Initial Production (LRIP) EA upgraded pods, up to eight (8) LRIP EA SE kits, and up to four (4) Spare Kits to be used during developmental/operational testing. This acquisition will also include 5 annual options with a quantity range of 1-90 each for the EA Pods, 1-12 each for the EA SE Kits, and 1-12 each for the Spare Kits. The EMD portion of this contract will be Fixed Price Incentive Firm (FPIF) and the Production and Options will be Firm Fixed Price (FFP). The acquisition will not be set aside for small businesses. The approximate issue date will be 15 July 2011 with an approximate response date of 15 August 2011. The Government anticipates a full and open competition using FAR 15 Contract by Negotiation as the basis. The Government anticipates a source selection using the Tradeoff process by FAR 15.101-1 to gain the best value. ALL questions regarding this synopsis must be submitted in writing via email to the Contract Specialist, Charles.Massey.1@robins.af.mil with a copy to the Contracting Officer, Jason Grizzard at Jason.Grizzard@robins.af.mil No other Government official other than the above Contract Specialist and Contracting Officer shall be contacted with information regarding this synopsis and anticipated effort. Only contractors with valid security clearance will be able to view the Performance Specification. Contractors without valid security clearance will not be able to access the information. To access export control documents: Three things. 1. Registered at CCR http://www.ccr.gov/Default.aspx 2. Registered at JCP and approved to view export control https://www.dlis.dla.mil/jcp/Default.aspx 3. Registered at FBO https://www.fbo.gov/ All using the same CAGE code. To access the classified documents, the following must be accomplished: 1. The contractor's facility and reviewing personnel must have a valid security clearance level. 2. Send request to Primary or Secondary Point of Contact listed below. 3. Request should include name, address, CAGE code from requesting office, and phone number. 4. Upon receipt of all information, security clearance will be verified for the facility and personnel. 5. Upon clearance level verification, Performance Specification will be delivered via mail or electronically via SIPRNET or via CD-ROM. 6. Upon receipt of material, potential contractors will have a specified amount of time to review and then return or destroy documents. Proof of destruction will be required following NISPOM 5-703. Personnel clearance to support classified work must be at a level commensurate with the requirements - Contractor personnel will require DoD security clearances at least at the SECRET level for key personnel. SECRET Facility Clearance is required. Classified information system processing approval to operate (ATO) up to at least SECRET level is required. Storage Clearances of at least the SECRET level are required. US Citizenship is required. Contractors must follow the anticipated DD254. FAR 4.402 gives guidance on requirements for classified information. Clause 52.204-2 applies to information access on "Secret" information. All unclassified/non-sensitive questions and answers will be uploaded to www.fedbizopps.gov. However, the identity of the potential offeror will not be included. Offerors are encouraged to register to receive notification for any further information regarding this effort and to check FEDBIZOPPS site regularly. For assistance in interpreting the FBO announcements, please see the FBO Vendor's Guide.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8540-11-R-0004/listing.html)
 
Record
SN02486574-W 20110702/110630235027-c32d747b1089c7ed7ac55b42315cbd3f (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.