Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2015 FBO #4944
SOURCES SOUGHT

58 -- B-2 CVRi1 Production

Notice Date
6/5/2015
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary 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
B2_CVRi1_Production
 
Archive Date
7/21/2015
 
Point of Contact
Keith Brandner, Phone: 9377136020
 
E-Mail Address
Keith.Brandner@us.af.mil
(Keith.Brandner@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis B2_CVRi1_Production Common Very Low Frequency Receiver Increment 1 (CVR INC 1) AFLCMC/WWZ B-2 System Program Office Wright-Patterson AFB OH 05 June 2015 In accordance with Part 10 of the Federal Acquisition Regulation (FAR), the Government is conducting a sources sought synopsis (SSS) for the production of the Common Very Low Frequency Receiver (CVR) system for the B-2 bomber. All interested firms shall submit responses demonstrating their capabilities to produce the requested capability to the primary point of contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. While industry sources are requested to provide full and comprehensive responses to this questionnaire, they are reminded that the information is voluntary, and the Government will not reimburse sources in any way for responses provided. Likewise, a company's participation in the market research via this questionnaire does not obligate the Government to enter into any contractual agreement, either formally or informally, with a company. This sources sought is being issued to conduct market research to assess the ability of potential offerors to produce and support a Very Low Frequency (VLF) system capability for a fleet of 20 B-2 bomber aircraft, within the needed schedule. The B-2 Division at Wright-Patterson AFB OH has requirements to: - Produce and deliver production VLF systems with the following four functional elements: o A VLF terminal/receiver with hardware/software certified by the National Security Agency (NSA) and which integrates with a Government Furnished Equipment (GFE) antenna, o A power supply to provide electrical power to the VLF as well as other aircraft communication systems, o A portable time source and corresponding ground station to supply precise time and a communications plan for the aircraft, and o A Human Machine Interface (HMI) to provide VLF system controls and displays. - Produce and deliver production VLF systems that meet stringent B-2 environmental requirements, including nuclear hardening, - Produce and deliver production VLF systems that meet the B-2's severely constrained space, weight, power, and cooling (SWaPC) constraints, - Produce and deliver production VLF systems that meet the above requirements within one year of contract award, - Support the fielded systems with initial spares and repairs for a three year period following contract award, and - Support the activation of an organic depot repair capability. Information received as a result of this SSS may be used in determining future acquisition strategies and whether this acquisition is a small business set-aside; FAR 52.219-14, Limitation on Subcontracting applies. If there is sufficient demonstrated interest 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. All efforts will be made to identify applicable sources. Note that the Government has funded a development program under a sole source contract to Rockwell Collins (a large business), awarded in Dec 2013, based on its modification and qualification of a pre-existing VLF system, and the Government does not own full re-procurement rights for the Rockwell Collins design. CONTRACTOR CAPABILITY ASSESSMENT: If your company has the capacity to supply this requirement, please provide a capability statement addressing the following areas: I. BUSINESS INFORMATION Company/Institute Name and CAGE Code: Address: Point of Contact: CAGE Code: Phone Number: Email Address: Web Page URL: Size of business pursuant to NAICS Code 334220 (750 employees) Based on the above NAICS Code, state whether your company is: Small Business (Yes / No)* Small Disadvantaged Business (Yes / No)* Woman Owned Economically Small Disadvantaged Business (Yes / No)* Woman Owned Small Business (Yes/ No)* HUBZone Certified (Yes / No)* Veteran Owned Small Business (Yes / No)* Service Disabled Veteran Owned Small Business (Yes / No)* 8(a) Certified (Yes / No) * Please indicate Self-Certified or Third Party Certified All prospective contractors must be registered in the System Award Management (SAM) database to be awarded a DoD contract. Note that the NAICS code for this requirement, if applicable to your company's capabilities, should be included in your company's NAICS code listing in SAM. 1) Is your company domestically or foreign owned (if foreign, please indicate the country of ownership). The anticipated contract will have both fixed price and cost type CLINS. Firms responding shall specify that their products meet the specifications provided below and provide detailed product information to show clear technical compliance. Information about the firm's standard warranty is also requested. Additionally, sales history, to include identification of recent commercial customers, should be included with any assertion of commerciality. II. GENERAL COMPANY INFORMATION 1. Briefly describe your company's primary business product line. III. TECHNICAL CAPABILITIES 1. Does your company have a qualified VLF system that is certified by NSA and meets B-2 requirements for operating environment and SWaPC? 2. Does your company's VLF system have sufficient flexibility and unused capacity to support the addition of evolving and new communication capabilities and technologies? If the answer is "yes", provide evidence of the certification and performance characteristics of the system your company would be potentially offering to satisfy the above requirements. IV. BUSINESS PRACTICES 1. For this effort would your company need to subcontract any part of the work? (Yes / No). If yes, identify and briefly describe any necessary subcontracts, including to which functional elements they would apply, who the intended subcontractors would be, and approximately what percentage of small business utilization you would anticipate as a percentage of the total contract value? 2. What is the probability that your company will submit a proposal to compete on this requirement if an opportunity existed? If you are a certified distributor for any of the parts listed, please indicate this in the event that any subsequent acquisition qualifies under the Non-Manufacturer Rule. Both small and large businesses are encouraged to respond. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), EDWOSB). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales if applicable-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: keith.brandner@us.af.mil in a Microsoft Word or Adobe Acrobat compatible format or mailed to AFLCMC/WWZK POC: Keith Brandner, 2690 Loop Road West WPAFB, OH 45433 to be received no later than 10:00 AM, Eastern Time, 6 July 2015. Direct all questions concerning this acquisition to Keith Brandner at Keith.Brandner@us.af.mil. Be advised that all correspondence sent via email shall contain a subject line that reads "B2 CVRi1". If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without subject lines or with suspicious subject lines or contents. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to email. Marketing materials are considered an insufficient response to this Sources Sought synopsis. There is no restriction on who can respond to this SSS; however, if submitting company proprietary information, please be sure it is clearly marked. To aid the Government, please segregate proprietary information to the maximum extent possible. All submissions become Government Property and will not be returned. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/B2_CVRi1_Production/listing.html)
 
Record
SN03755457-W 20150607/150605235130-962387544c2ba61797bd5620aa6cc888 (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.