Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 30, 2011 FBO #3597
SOURCES SOUGHT

15 -- Aerial Targets

Notice Date
9/28/2011
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864, United States
 
ZIP Code
32542-6864
 
Solicitation Number
FA8678-13-C-AFSAT
 
Point of Contact
Krystle D. Pridgeon, Phone: 850-883-3382, Lorna Hendrix, Phone: 850-882-0171
 
E-Mail Address
krystle.pridgeon@eglin.af.mil, lorna.hendrix@eglin.af.mil
(krystle.pridgeon@eglin.af.mil, lorna.hendrix@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Air Armament Center, Contracting Squadron, Eglin AFB FL, is conducting market research in preparation for a follow-on contract to be executed in FY14 for subscale aerial targets. These targets will be used by the 53rd Weapons Evaluation Group (WEG) to test and evaluate air-to-air and surface-to-air weapons systems. The Air Force currently fulfills this requirement with the BQM-167A target that it procures from Composite Engineering Inc. (CEi). The Government does not own a technical data package for the BQM-167A target system and its peculiar support equipment and therefore cannot provide this data to interested parties. The subscale target that the Government procures must meet the following Threshold performance requirements and Key Performance Parameters (KPPs): a) Endurance (minutes): 60, with 30 of the 60 at military power at 15,000 ft (Threshold/KPP); 75, with 45 of the 75 at military power at 500 feet (Objective); b) Minimum-to-Maximum Airspeed Range: 250 Knots Calibrated Air Speed (KCAS) to 0.90M at 15,000 feet (Threshold/KPP); 200 KCAS to 1.5M at 15,000 feet (Objective); c) i) Payload Carriage, Total (pounds): 300 (Threshold/KPP); 500 (Objective); ii) Payload Carriage, Internal (pounds): 100, plus Growth Capacity (Threshold/KPP); 350 (Objective). iii) Payload Carriage, Wing (pounds per wing): 150 (Threshold); 250 (Objective); d) Formation Flights of 2, 3, and 4 targets (Threshold/KPP); e) Operating Environment: Day and night, visual and instrument meteorological conditions (VMC and IMC) (Threshold); f) i) Launch Wind Restrictions, Ground (knots): 50 headwind, 20 crosswind, 28 tailwind (Threshold); ii) Launch Wind Restrictions, Air (knots): TBD (Objective); g) Launch: Land (Threshold); Air (Objective); h) Recovery: Land and Water (Threshold); i) Sustained Positive "g" at 10,000 feet: +6.0 (Threshold); +9.0 (Objective); j) Sustained Turn Rate at 10,000 feet (degrees per second): 10 (Threshold); 17 (Objective); k) Operating Altitude: 50 ft. AGL to 50,000 feet (Threshold); 50 feet AGL to 60,000 feet (Objective); l) Visual Acquisition (Nautical Miles): ≥ 3 (Threshold); ≥ 5 (Objective); m) Aspect Angle Determination (nautical Miles): ≥ 1.5 (Threshold); ≥ 2 (Objective); n) Visual Augmentation Systems: Smoke, Paint, and Strobe Lights (Threshold); o) Payloads (systems): Shall be pre-wired and capable of carrying and operating the Luneberg Lens, ALE-47, M-130, ULQ-21 Components, DLQ-9, APC-4 IR Pods and ALE-50 (Threshold); p) Target Control Systems (TCS) Compatibility: Fully interoperable with the Gulf Range Drone Control System (GRDCS), the Air Force TCS (Threshold); Capable of operating with other DoD TCSs (Objective); q) TCS Operation: Fly Automated Maneuvers and Can Be Manually Operated (Threshold); r) i) TCS Hold Commanded Heading: (degrees): ± 5 (Threshold); ± 3 (Objective) ii) TCS Hold Commanded Altitude (feet): ± 200 (Threshold); ± 50 (Objective) iii) TCS Hold Commanded Airspeed (knots): ± 10 (Threshold); ± 5 (Objective); s) Scoring System: AN/DPQ-9, Vector Doppler Scoring (VDOPS) (Threshold); t) IFF Modes: Mode 3/A and C (Threshold); Mode 2 and 4 (Objective); u) Probability of Mission Success for 60 Minute Mission: 0.95 (Threshold); 0.97 (Objective); v) Availability (Probability the subscale target will pass the functional check prior to a mission): 0.90 (Threshold); 0.95 (Objective); w) Threat Representative Maneuvers: Subscale target must be capable of performing single-ship, repeatable, consecutive threat representative maneuvers with the ability to terminate the maneuver on command. These maneuvers include (but are not limited to): barrel roll, pitch-back, slice-back, split-S, low altitude penetration, break turns, weave, pop-up, escape, and loss of signal maneuvers. (Threshold) The candidate subscale target shall meet all threshold requirements and be capable of modification to meet objective requirements. The BQM-167A utilizes multiple pieces of drone-unique, peculiar support equipment and test equipment, and any candidate subscale target must be compatible with this existing equipment. The candidate subscale target shall be interoperable with the existing Air Force drone facility and range systems at Tyndall AFB, FL. The candidate subscale target shall not require major modifications to existing drone facilities, range, and support equipment nor require additional manpower unless the Air Force can realize a net cost benefit. Potential offerors shall have the capability to provide depot-level supply, repair and maintenance support as well as Operations & Maintenance (O&M) manuals (in accordance with (IAW) TMCR 86-01) and O&M training for the target system. Schedule is critical for this procurement, and any potential offeror must be able to deliver a complete, operationally-ready subscale target system (including but not limited to targets, O&M manuals, support equipment, training, spares, contractor depot-level repair & maintenance capability) within the required timeframe to meet critical mission requirements. The Government anticipates contract award not later than (NLT) Mar 2014. The offeror must deliver subscale targets at a rate of approximately four (4) targets per month beginning in May 2015 in order to maintain an adequate inventory of subscale targets to support Air Force operational requirements. After contract award, the Government may require the contractor to conduct a minimum of two successful qualification flight tests prior to executing a decision to procure the first lot. A First Article Acceptance Testing (FAAT) may be conducted on the initial production articles prior to Government acceptance of the first lot of targets. In addition, the base contract and options for each lot may include the following provisions: (1) Procurement of a variable quantity ranging from twenty four (24) to seventy two (72) targets, with a best-estimated- quantity (BEQ) of forty (40) targets per lot; (2) Depot-level logistic support; (3) Extended Warranty; (4) On-site technical representative at Tyndall AFB, FL and/or other designated AF range; (5) Spares provisioning; and (6) Sustaining Engineering. A total of five (5) production lots are currently projected for this contract. Lastly, the Air Force does not have any development funds for this acquisition, only production funds. Therefore, potential offerors must be able to comply with performance and schedule requirements without requiring any developmental effort. Potential offerors who have a candidate subscale target that can meet the performance and schedule requirements outlined above are invited to submit a Statement of Capability (SOC). The SOC shall include tailored, independent test reports that document the assertion that the candidate system has demonstrated it is capable of meeting all performance requirements identified above. In addition, the offeror shall provide a manufacturing plan that demonstrates its capability to meet the required delivery schedule and production rate. Firms responding to this synopsis should also state whether or not they are a small, small disadvantaged, 8(a), HUBzone certified, woman-owned, service-disabled veteran owned, veteran owned, or minority-owned concern as defined in Federal Acquisition Regulation (FAR) 52.219-1. The Government will base its decision as to whether this acquisition shall be full and open competition, small business set-aside, or sole source on responses to this synopsis and other market research. Offerors shall limit the SOC to 25 pages, including attachments. The appropriate North American Industry Classification System (NAICS) code for this proposed acquisition shall be 336411 with a size standard of 1500 employees. This synopsis is for information and planning purposes only and does not constitute an invitation for bid (IFB) or request for proposal (RFP), and is not to be construed as a commitment by the Government for any purpose. As directed by the Foreign Disclosure Office, Eglin AFB, FL, no foreign participation shall be allowed for this acquisition. An Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program manager or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to appropriate Government personnel. When required, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of a routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the contracting POC identified below. The Ombudsman is Brigadier General David A. Harris, AAC/CV, located at 101 West D Ave., Suite 116, Eglin AFB, FL 32542. He may be contacted via email at david.harris@eglin.af.mil or phone number (850) 882-5422. Collect calls will not be accepted. Interested companies must submit a SOC within 45 days of this announcement to Contracting POC, Ms. Krystle Pridgeon, Contract Specialist at AAC/EBYK, 207 West D Ave, Suite 626, Eglin AFB, FL 32542 or to Krystle.pridgeon@eglin.af.mil. The alternate POC for this effort is Ms. Lorna J. Hendrix, Contracting Officer, phone (850) 883-3476, email lorna.hendrix@eglin.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA8678-13-C-AFSAT/listing.html)
 
Record
SN02596694-W 20110930/110929000635-ca33835f2b72a87312e0257e25db9e9e (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.