Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOURCES SOUGHT

58 -- Reach Back Satellite Communications - Draft Purchase Spec - White Paper Format

Notice Date
7/17/2014
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8620-14-Q-REACHBACKSATCOM
 
Archive Date
8/19/2014
 
Point of Contact
Evan C. Porter, Phone: 937-656-4415, Ric Chaltry, Phone: 937-656-4346
 
E-Mail Address
evan.porter.1@us.af.mil, richard.chaltry.1@us.af.mil
(evan.porter.1@us.af.mil, richard.chaltry.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
White Paper Format Draft Purchase Spec REQUEST FOR INFORMATION INTRODUCTION The Air Force Life Cycle Management Center (AFLCMC), Intelligence, Surveillance, and Reconnaissance (ISR) Sensors Foreign Military Sales (AFLCMC/WINI) is conducting market research to identify, as potential sources, small businesses who may possess the expertise, capabilities and experience to respond to the requirements listed in this document. AFLCMC is issuing this Request For Information (RFI) to explore cost-effective and non-developmental solution which can provide and maintain a satellite communications capability for ISR reach back capability. This RFI is issued pursuant to FAR Part 15.201(e). The United States Government does not presently intend to award a contract but desires information regarding price, delivery, other market information or capabilities for planning purposes. Written follow-up questions may be asked of respondents for clarification, but this will not indicate a selection or preference. CAUTION: This is not a commitment to fund any effort submitted in response to this request. Respondents are placed on notice that participation does NOT guarantee participation in future solicitations or contract awards. AFLCMC is not at this time seeking proposals, and will not accept unsolicited proposals. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this RFI will be at the responding party's expense. This RFI is issued solely for information and planning purposes. It does not constitute a Request for Proposal (RFP) or a guarantee to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. Small Businesses are encouraged to provide responses to this RFI in order to assist AFLCMC in determining potential levels of capability and competition available in the industry, as well as helping to establish a basis for developing any subsequent potential subcontract plan goal percentages. It is the responsibility of the interested parties to monitor the FBO.gov site for additional information pertaining to this RFI. OBJECTIVE The International Support Branch of AFLCMC ISR SENSORS and FMS Division is exploring the market for qualified non-developmental sources that can provide and maintain a ruggedized reach back satellite communications unit. It is essential to ensure for ISR sensor platforms be matched by sufficient communications capabilities to enable their use. A reach back communication capability is desired that will provide full motion video capability from remote locations in the Sahara Desert to foreign national command authorities located beyond line of sight. Distances can range as far as 500 miles from the originating data source to destination. The existing communication or electrical infrastructure is marginal or non-existent. The reach back communication solution must be completely self-sufficient. This system shall be already ITAR compliant and already covered by necessary agreements. The contractor shall be required to provide the communications equipment, in a self-contained unit that provides portability and power. Additionally, the contractor will be required to provide training/logistics support through deployment and to support field operations. The Government desires a system that is capable of meeting the requirements as listed in Attachment A. The acquisition strategy has not yet been determined. Market research results will assist the Air Force in determining whether this requirement will be a full and open, a small business set aside, or a sole source acquisition. This notice does not constitute a solicitation for offers. INSTRUCTIONS AFCLMC/WINI invites industry to submit unclassified White Papers, limited to 10 pages, on their products at any time on or before 4 August 2014. Guidance on the suggested White Paper format is attached. Please ensure all appropriate security procedures and policies are followed when responding to this RFI. Respondents should indicate which portions of their responses are proprietary and should mark them accordingly. All information received in response to this RFI that is properly marked as "proprietary" will be handled accordingly. Proprietary information must be clearly marked on the outside container and on the materials inside. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. ADDITIONAL INFORMATION Responses should include the following information which is not counted against the 10 page response limit: 1. Company/Institute name 2. Address 3. Point of Contact 4. Cage Code 5. DUNS Number 6. Phone Number 7. E-mail Address 8. Web page URL 9. Size of business pursuant to North American Industry Classification System (NAICS) Code 334220, size standard 750 employees. Please indicate number of employees relative to the aforementioned size standard. Based on the NAICS Code, state whether your company qualifies as a: a. Small Business (Yes/No) b. Woman Owned Small Business (Yes/No) c. Small Disadvantaged Business (Yes/No) d. 8(a) Certified (Yes/No) e. HUB Zone Certified (Yes/No) f. Veteran Owned Small Business (Yes/No) g. Service Disabled Small Business (Yes/No) h. Economically Disadvantaged Women-Owned Small Business (Yes/No) 10. Registered in the System for Award Management (SAM) (Yes/No) 11. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership). 12. Note that, if there is sufficient demonstrated interested and capability among small business contractors, a key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. Note that, if this effort is not set-aside for small business, small business utilization will be considered. Request that large and small businesses provide a reasonable expectation for small business utilization as a percent of total contract value. Please provide supporting rationale for the recommended percentage. If a company is capable of some, but not all of the consolidated requirements stated in this sources sought synopsis, please provide a response that explains the requirements for which you are capable. Please submit responses electronically to each of the three points of contact stated below. The submitted files shall not exceed 5MB: 1. Mr. Evan Porter evan.porter.1@us.af.mil 2. Mr. Ric Chaltry richard.chaltry.1@us.af.mil 3. Mr. Mike Ericksen michael.ericksen.1.ctr@us.af.mil This is NOT a Request for Proposal. Submitting capabilities and concepts in response to this announcement is voluntary and participants will not be compensated. Attachments: Draft Purchase Specification White Paper Template
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8620-14-Q-REACHBACKSATCOM/listing.html)
 
Place of Performance
Address: Ohio, United States
 
Record
SN03429607-W 20140719/140718000219-b7ed49887bacec604a10d4e4812ae90e (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.