Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2016 FBO #5349
SOURCES SOUGHT

16 -- Cessna 208 ISR Capability - Attachment 1

Notice Date
7/14/2016
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
FA8620-16-R-EOIR
 
Archive Date
8/13/2016
 
Point of Contact
Laura A. Burnette, Phone: 937-656-4415
 
E-Mail Address
laura.burnette@us.af.mil
(laura.burnette@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
White Paper Format SYNOPSIS: 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, companies who may possess the expertise, capabilities, and experience to respond to the requirements listed in this document. AFLCMC/WINI is issuing this Request for Information (RFI) to explore technically sound and economical non-developmental solutions which can provide and maintain exportable ISR electrical optical infrared sensor (EO/IR), airborne sensor suites and data links on foreign country owned Cessna 208 aircraft. In some cases the modification/retrofit work would be performed within the owning country, and in some cases the aircraft could be transported by the vendor to a location more suitable and most cost effective for integration. The owning country could be in an austere location. This RFI is issued pursuant to FAR Part 15.201(e). The United States Government (USG) desires information regarding delivery, other market information and existing capabilities for planning purposes. Written follow-up questions may be asked of responders for clarification. CAUTION: This is not a commitment to fund any effort submitted in response to this request. AFLCMC is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are advised that the USG 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 FedBizOpps 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 sources to provide a technically sound and economical non-developmental solution which can provide and maintain exportable ISR EO/IR, airborne sensor suites and data links on foreign country owned Cessna 208 aircraft. The data-link must provide full motion video capability. The system must be ITAR compliant and covered by necessary agreements. The ISR capability could support counter terrorism, counter drug operations and/or border security and includes ground stations, installation, training, logistics support and administrative support. The vendor could be required to provide communications equipment in a self-contained unit that provides portability and power. The system must be International Traffic in Arms Regulation (ITAR) compliant. The system must be capable of meeting the requirements as listed below. Key Attributes: • The capability shall utilize a commercial off the shelf (COTS) system and/or a series as composed of integrated non-developmental items from a historically similar system to the greatest extent possible. • System shall have minimal to no developmental components, hardware or software. • System should have an approved Supplemental Type Certificate (STC) with Airworthiness approvals for the airframe and the associate payload. • Modified aircraft could retain FAA certification. Airworthiness Certification must comply with the intent of AFI 62-601, USAF Airworthiness. • System must be ITAR compliant. • System must contain standard commercial interfaces and use commercial communications and data transfer protocols. • The ISR System-of-Systems capabilities will consist of one or more airborne systems associated with one or more Line-of-Sight (LOS) transportable ground-based stations and tactical ground receivers for a Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR). • System must possess capabilities for a real-time airborne image down-link with interface to tactical ground-based operational interfaces. • Ground station configuration should have transportable infrastructure capabilities. • Fixed and airborne nodes require the ability to display and record data. • Recorded mission data shall be capable of transfer from airborne node to ground node post mission. • The vendor must provide all Group "A" and Group "B" needed for a mission capable system following modification will be required as a complete kit. o Group "A" Kit: The items, parts, or components to be permanently or semi-permanently installed in a Configuration Item (CI) to support, secure, interconnect, or accommodate the equipment provided in the modification Group B kit. o Group "B" Kit: The equipment which, when installed in a CI with a Group A kit, completes a modification. These kits are normally removable. INSTRUCTIONS: AFCLMC/WINI invites industry to submit unclassified White Papers, limited to ten (10) pages, on their products/capabilities at any time on or before 5:00 PM (EST) on 29 July 2016. 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. Responses shall 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 334511, size standard 1,250 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) Self-Certified or Third Party Certified b. Woman Owned Small Business (Yes/No) Self-Certified or Third Party Certified c. Economically Disadvantaged Woman Owned Small Business (Yes/No) Self-Certified or Third Party Certified d. Small Disadvantaged Business (Yes/No) Self-Certified or Third Party Certified e. 8(a) Certified (Yes/No) SBA Certification Date: ____________ SBA Graduation Date: ______________ f. HUB Zone Certified (Yes/No) Self-Certified or Third Party Certified g. Veteran Owned Small Business (Yes/No) Self-Certified or Third Party Certified h. Service Disabled Small Business (Yes/No) Self-Certified or Third Party Certified j. Registered in the System for Award Management (SAM) (Yes/No) k. Statement as to whether your company is domestically or foreign owned (if foreign owned, please indicate country of ownership). *Note that NAICS code for this requirement, if applicable to the company's capabilities should be included in the company's NAICS code listing in SAM. QUESTIONS: Phone calls will not be accepted. Questions regarding this RFI shall be submitted by email to Ms. Laura Burnette, Contracting Officer, at laura.burnette@us.af.mil. The government does not guarantee that questions received after July 29, 2016 will be answered. Please submit responses electronically to the points of contact stated below using the following title "Request For Information - FA8620-16-R-EOIR" in the subject line of the email. The combined size of files shall not exceed 5MB: 1. Mr. Bob Andrews, email: robert.andrews.24.ctr@us.af.mil 2. Ms. Laura Burnette, email: laura.burnette@us.af.mil Attachments: 1. White Paper Template
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8620-16-R-EOIR/listing.html)
 
Place of Performance
Address: AFLCMC/WINK, 2530 Loop Rd. West, WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04182306-W 20160716/160714234522-ddc25ce52ef48dc55b58ae2337208d72 (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.