SOURCES SOUGHT
16 -- Night Vision Cueing & Display (NVCD) Systems
- Notice Date
- 1/19/2012
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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
- CY13001
- Archive Date
- 2/18/2012
- Point of Contact
- Linda G. Loftis, Phone: 9376564446, Linda Pitarys, Phone: 9376566119
- E-Mail Address
-
linda.loftis@wpafb.af.mil, linda.pitarys@wpafb.af.mil
(linda.loftis@wpafb.af.mil, linda.pitarys@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Night Vision Cueing and Display (NVCD) Systems - The Aeronautical Systems Center (ASC) - Fighter / Bomber Directorate - Combat Systems Division (ASC/WWS), Contracts Office, Wright Patterson AFB, OH. The Research and Development Classification Code is used because this is a Sources Sought Synopsis for the purpose of Market Research. The intended action will be for a production effort. The Air Force is pursuing the production and delivery and sustainment of Standard Field of View (SFoV) (38°- 40°) and Wide Field of View (WFoV) (greater than or equal to 95°) Night Vision Goggle Systems with integrated sensor and weapons cueing; capable of displaying Heads Up Display (HUD) symbology. The system must be capable of displaying, cueing, and accuracy equal to or greater than that of the Joint Helmet Mounted Cueing System (JHMCS). The system must be already fully integrated for use on USAF F-15, F-16, & USN F/A-18 JHMCS equipped aircraft with the -23, -24, -30, and Dual Seat JHMCS electronics units and all OFP versions. No changes to the JHMCS system or the Aircraft can be made to complete the required integration including ejection qualified with sled and wind blast testing. Objectives for both Night Vision variants are 1) The unit must provide the mechanical and electrical interfaces to the JHMCS helmet shell and contain the electronics, a tracking sensor and backup battery. 2) It must provide night vision capability; include a modular display and camera that records events from the pilot's perspective. 3) It shall provide face and eye protection to the pilot. The respondent must provision common hardware and components needed for organizational-level repairs on the systems and associated support equipment. The Air Force intends to use this solicitation to award multiple yearly production contracts. The Air Force is projecting the total program execution will be approximately 2600 systems with a yet to be determined SFoV and WFoV mix. The interested party must be able to produce and deliver the initial items by 1QFY15. No technical data package is available for this procurement. This Sources Sought is issued for information and planning purposes only and does not constitute a solicitation. In accordance with FAR 15.202(e), a response to this notice is not an offer and cannot be accepted by the government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought. This is a market research tool to determine the availability and adequacy of potential sources. Firms responding to this announcement should indicate their size, particularly if they are small business, a small disadvantaged business, woman-owned small business, HUBZone small business and service disabled veteran-owned small business. The North American Industry Classification System (NAICs) code 336413, Aircraft Parts and Auxiliary Equipment applies to this acquisition with a size standard of 1,000 employees. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD Contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that the small business prime contractor must perform at least 51% of the effort, as defined in Federal Acquisition Regulation (FAR) Clause 52.219-14. All interested parties shall submit a capabilities package. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Your statement of capabilities should include the following: Company Name; Address; Point of Contact; Telephone number; E-Mail Address; CAGE Code; Web Page URL; and small business size certification if applicable. Please submit one (1) electronic copy of your response to Linda Loftis at linda.loftis@wpafb.af.mil and linda.pitarys@wpafb.af.mil. Statements should be submitted no later than 15 calendar days from the publication date of this notice. Programmatic questions should be directed to Tom Conlon, Program Manager, (937) 656-6078, thomas.conlon@wpafb.af.mil. Technical questions should be directed to Ken Fresh, Lead Engineer, (937) 904-6607, kenneth.fresh@wpafb.af.mil. Contractual questions should be directed to Linda Loftis, Contract Negotiator, (937) 656-4446, linda.loftis@wpafb.af.mil. Contracting Office Address: ASC/WWSK 2725 C St., Bldg 553 Wright-Patterson AFB OH 45433-7424 Tom Conlon Program Manager Thomas.conlon@wpafb.af.mil (937) 656-6078
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/CY13001/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN02657574-W 20120121/120119234814-7d697ddf4b12682ea645dba849cabefe (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 |