Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 24, 2011 FBO #3529
SOURCES SOUGHT

16 -- MAAF GE Aviation Contract

Notice Date
7/22/2011
 
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, AFNWC/PKO - Kirtland (Operational Contracting Division), AFNWC/PKO Operational Contracting Division, 2000 Wyoming Blvd SE, Bldg 20604, Room B-9, Kirtland AFB, New Mexico, 87117-5606, United States
 
ZIP Code
87117-5606
 
Solicitation Number
F2KDAC1144A002
 
Archive Date
8/16/2011
 
Point of Contact
Rene Perez, Phone: 5058468140, Carl Landreneau, Phone: 505-846-4877
 
E-Mail Address
rene.perez@kirtland.af.mil, john.landreneau@kirtland.af.mil
(rene.perez@kirtland.af.mil, john.landreneau@kirtland.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS. This announcement serves as a Sources Sought synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. This Sources Sought is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation. DO NOT submit a quote or proposal in response to this synopsis. The Air Force Nuclear Weapons Center (AFNWC) / PKOA, Kirtland AFB, Albuquerque, NM, seeks potential business sources to perform non-personal services to support contract, consisting of custom computer programming services. The AFNWC/PKOA reserves the right to determine if a SB set-aside is appropriate. Additionally, we reserve the right to determine if one of the targeted socio-economic is appropriate for a set-aside based on responses to this notice and other pertinent information gathered by the contracting officer. In order for the AFNWC/PKOA to make a SB set-aside determination, it is emphasized that SB concerns provide sufficient written information to indicate their capacity and capability to successfully perform and manage all the required services. Firms responding to this announcement must be registered in the Central Contractor Registration (CCR) and should include company name, cage code, point of contact, address and indicate if it is a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business. The Government reserves the right to consider the acquisition for the 8(a) program based upon responses received to this sources sought announcement. The proposed contract is anticipated to be a firm-fixed price contract with a base period and four, one-year option periods. The North American Industry Classification System (NAICS) code for this acquisition is 334511 (Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing), and the size standard for small business is 750 Employees. The Statement of Need for this requirement is as follows: The Air Force Safety Center's Mishap Analysis & Animation Facility (MAAF) maintains an extensive array of specialized hardware and software to download aircraft flight data recorders (FDR) and cockpit voice recorders (CVR) that have been involved in a mishap. As part of a modernization and capability-enhancement effort, the Air Force proposes to procure download hardware and software for a number of FDRs and CVRs manufactured by GE Aviation. Specific recorders for which this modernized and/or enhanced equipment will be pursued are: - Standard Flight Data Recorder (SFDR) for F-15, T-1A, C-17 and CV-22 aircraft - Crash-Survivable Flight Data Recorder (CSFDR) for F-16 aircraft - Integrated Data Acquisition Recorder (IDAR) for T-6A aircraft - Integrated Data Acquisition Recorder (IDAR) for KC-135, UH-1N and B-1B aircraft - Data Acquisition System (DAS) for C-17A and F-16 aircraft - Enhanced Airborne Flight Recorder (EAFR) For each of these systems, solution will allow MAAF personnel to extract data from both the acquisition unit and the crash-protected memory without opening or disassembling the unit when the recorder is undamaged. In addition, the solution will allow MAAF personnel to extract data from crash-protected memory following a crash down to at least the circuit board level. The contractor will be expected to provide all necessary hardware, software, training and documentation required to accomplish the data download, as well as representative recorder hardware to allow MAAF personnel to verify functionality of the download equipment in the future. Source code and executables for any software developed under the proposed contract shall be delivered with unlimited rights to the Air Force in accordance with FAR 27.404-1. Unlimited rights will not be expected for any software developed outside the scope of the proposed contract. The contractor will be expected to provide sample recorder(s) to be used in the performance of the task. The contractor will be expected to procure or provide all data necessary to download or communicate with the recorder. The Air Force also proposes to procure license(s) and annual support/upgrades for GE Aviation's Integrated Ground Software (IGS) to decompress and transcribe data downloaded from an FDR into an engineering units file or, in the case of a CVR, into an audio file. Multi-level licensing, if available, is desired (e.g. a single license for one airframe, subsequent licenses for the same airframe, fleet licenses, AFSC-wide superfleet license, etc.) Interested businesses should provide the following information: A. Company name, mailing address, cage code, DUNS number, point of contact (POC), POC telephone number and e- mail address. B. Business size status (i.e. 8(a), HUBZone, Woman/Women Owned or Service Disabled Veteran-Owned, small business, large business, etc.). C. Capability of providing qualified and experienced personnel, with SECRET clearances. D. Past Performance. Do you have past performance as a prime contractor or subcontractor on a contract of similar requirement? If so, please provide the following information: Contract number, Name of Government Agency or Commercial Entity, Period of Performance, Dollar Value, Type of Contract (Fixed Price, Cost Reimbursement, etc.), and an explanation of services provided as they relate to this Statement of Need for Kirtland AFB. If your firm acted as a subcontractor or joint venture, name the prime contractor or other party, the specific work performed and percentage. E. Does your company have the financial capability and financial stability, and/or adequate lines of credit to sustain and support this contract, in the event there are difficulties with invoice payments? Do you have an approved accounting system in place to adequately track expenditures? F. Do you anticipate any type of teaming arrangement for this requirement? If yes, please address what kind of arrangement and what percentage of work, and type(s) of service would you perform. Responses are limited to not more than 10 pages. The government will use this information, in addition to other information obtained, to determine its small business set-aside decision. Any information provided by industry to the Government is voluntary. Responses are due no later than 4:00 PM (MST) on 1 Aug 2011 via e-mail. Questions and responses should be addressed to the Primary POC Mr. Rene Perez, via email, to rene.perez@kirtland.af.mil. Alternate POC is Mr. John Landreneau, Contracting Team Lead, john.landreneau@kirtland.af.mil. Contracting Office Address: AFNWC/PKOA Contracting Division 2000 Wyoming Blvd SE Bldg 20604, Room B-22 Kirtland AFB, New Mexico 87117-5606 United States Place of Performance: Kirtland AFB, New Mexico 87117 United States Primary Point of Contact: Mr. Rene Perez Contract Specialist rene.perez@kirtland.af.mil Phone: (505) 846 8140 Fax: (505) 846 4262 Secondary Point of Contact: Mr. John Landreneau, Contracting Team Lead john.landreneau@kirtland.af.mil Phone: (505) 846 4877 Fax: (505) 846 4262
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/377CONSKOC/F2KDAC1144A002/listing.html)
 
Place of Performance
Address: Kirtland AFB, New Mexico, 87117, United States
Zip Code: 87117
 
Record
SN02507474-W 20110724/110723004856-d0d07ee90b58d4b056eda4bdd0238309 (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.