Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
SOURCES SOUGHT

A -- Fifth to Fourth Interoperability Signal Translator - Sources Sought

Notice Date
6/8/2015
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZIE - Eglin, 205 W D Ave, Bldg 350, Ste 414, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA2487-16-R-0306
 
Point of Contact
Rebecca Winkler, Phone: 850-882-0183
 
E-Mail Address
rebecca.winkler@eglin.af.mil
(rebecca.winkler@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Statement of Work (SOW) Sources Sought Fifth to Fourth Interoperability Signal Translator (FFIST) Response Date: Friday, 23 June 2015 by 4:00 p.m. CDT NAICS Code: 541712 This Sources Sought Synopsis is conducted to identify potential sources capable of meeting the requirement for sharing 5th generation Situational Awareness (SA) and tactical targeting data through use of ‘gateway' terminals which interoperate over the 5th generation data links (F-22 Intraflight Data Link (IFDL); F-35 Multifunction Advanced Datalink (MADL). This Sources Sought Synopsis is published for market research purposes only. A DRAFT Statement of Work (SOW) is included with this notice. It should be noted this document is strictly for acquisition planning purposes and should not be considered a final document for future procurement actions. Interested sources who believe they can meet these requirements should provide a statement of capabilities that provides the following information related to their demonstrated experience and capabilities: (a) Contract information and program information describing your experience in the past three years relative to the objectives and tasks identified below. (b) Demonstrated capability in each of the following areas: i. Demonstrated capability to provide MADL Capability and MADL Remote Electronics (MRE) by updating existing Freedom 550 Terminal software and provide any required new software and hardware to allow the Freedom 550 Terminal to act as a 5th Generation Stimulator/Simulator terminal and provide MADL connectivity to a System Under Test (SUT) gateway terminal.in designing, fabricating, and installing a five-axis FMS. Capability to develop and provide ii. Demonstrated capability to develop and provide Lab control PC with software necessary to host the Freedom 550 Terminal in the 46 TS laboratory. iii. Demonstrated capability to maintain previous IFDL capability. iv. Demonstrated capability to generate messages: 1. Messages to Inject, Monitor and Display D0.252 Kraemercast Group Management Control D1.0 Participant Identification D2.0 Participant Location D3.0 Participant Platform Status D6.0 Air Track Relative Location D11.0 Surface Track Geodetic Location 2. Messages to Monitor and Display Only D17.0 Mission Assignment D18.0 Air Shoot List D19.0 Surface Shoot List v. Demonstrated capability to fabricate, integrate, test and deliver one (1) MADL Remote Electronics (MRE) to Eglin AFB. vi. Demonstrated capability to perform final test and delivery of one (1) Multi-beam antenna (MBA) and one (1) IFDL Control Adaptor (ICA) to Eglin AFB. vii. Demonstrated capability to provide system sustainment support for the delivered hardware and software. viii. Demonstrated capability to meet DD Form 254 requirements for: - COMSEC - NATO - For Official Use Only (FOUO) - Receive and Generate Classified Material, - Fabricate, Modify, or Store Classified Hardware - Require a COMSEC Account - Have TEMPEST Requirements - Have Operations Security (OPSEC) Requirements - Possess and Maintain a Secret Facility (at all times during term of contract) - Selected Contractor Employees Possess and Maintain a SAR Clearance (at all times during term of contract) All interested organizations are encouraged to submit capabilities packages addressing the specific criteria identified in paragraph (b) above. The packages will be reviewed according to these criteria. It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns. The resulting evaluation of all organizations providing capabilities packages will be considered in determining the acquisition strategy, specifically in determining for which (if any) small-business concerns this acquisition will be set-aside in accordance with FAR 19.5. The Air Force anticipates utilizing a Cost Plus Fixed-Fee (CPFF) contract. The Air Force anticipates the delivery period of 12 months. The proposed North American Industry Classification System (NAICS) code for this acquisition is 541712, with a small business standard size of 500 employees. In the response, interested sources should identify company name, point of contact, e-mail address, telephone, Federal CAGE Code, Data Universal Numbering System (DUNS) number, facsimile numbers, and type and business size indicating whether you are a small or large business for the purposes of the assigned NAICS. All prospective contractors must be registered in the System for Acquisition Management (SAM) database to be awarded a DoD contract. Prospective contractors are cautioned to ensure that the proper NAICS code appears in their SAM registration. The Air Force has not yet determined the acquisition strategy for this requirement, including whether a set-aside strategy is applicable. Limit your response to this market survey to a maximum of 10 pages. Submissions shall be e-mailed to Rebecca.winkler@us.af.mil and erik.urban@us.af.mil. Note: If any portion of this requirement results in a small business set aside, that portion shall be performed in accordance with FAR 52.219-14, Limitations on Subcontracting, which requires a small business firm to perform at least 50% of the total requirement using employees within its own company. An Ombudsman has been appointed to address the concerns of 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 the appropriate Government personnel. When requested, 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 routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified below. The Ombudsman is Colonel Todd M. Copeland, 1 South Rosamond Blvd, Edwards AFB, CA 93524-3784; phone 661-224-2810; fax 661-277-7593. Collect Calls will not be accepted. For further information, please contact the Contract Specialist, Rebecca Winkler, AFTC/PZIE, rebecca.winkler@us.af.mil. This sources sought synopsis is for information and planning purposes only. It does not constitute an Invitation For Bids or Request For Proposals, and is not to be construed as a commitment by the Government. No costs will be paid for any charges incurred in responding to this synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/48fd41c21bac2f06be1f0ac0984811e6)
 
Place of Performance
Address: Contractor Facility AND, DTF, Bldg 85 & 73, Eglin AFB, Florida, 32542, United States
Zip Code: 32542
 
Record
SN03756773-W 20150610/150608234944-48fd41c21bac2f06be1f0ac0984811e6 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.