Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
MODIFICATION

R -- B-2 Low Level Continuous Wave Test - Sources Sought - Sources Sought - Source Sought - Sources Sought

Notice Date
9/15/2016
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
FA8110-17-R-0002
 
Archive Date
10/15/2016
 
Point of Contact
Anthony C Dollard, Phone: 4057395519
 
E-Mail Address
anthony.dollard@us.af.mil
(anthony.dollard@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Appendix A Appendix B Performance Work Statement Appendix D B-2 Low Level Continuous Wave Test This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for performing equipment maintenance, repair, shipping and test execution support of Low Level Continuous Wave (LLCW) Test on (2) two B-2 Air Vehicles. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. INSTRUCTIONS: Below is a document containing a description of the LLCW requirement and a Contractor Capability Survey, which allows you to provide your company's capability. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Identify any areas of work that your organization believes should be broken out exclusively for Small Business. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed to the requiring activity, plus phone number. B-2 Low Level Continuous Wave Test PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to requirements for performing equipment maintenance, repair, shipping and test execution support of Low Level Continuous Wave (LLCW) Test on (2) two B-2 Air Vehicles The OC-ALC Portable Hardness Surveillance Test System (PHSTS) is a fully integrated, self-supporting, transportable Electromagnetic (EMP) test system. It is capable of Continuous Wave (CW) operations in free field illumination configurations. The (PHSTS) controls the internal drive source, and acquires and processes data. All test instrumentation is contained in a single 10' x 50' air ride semi-trailer. The proposed Bomber HCI test schedule is shown in Table 1. This proposed schedule is subject to change however the Government expects there to be a total of two (2) aircraft tested throughout the period of performance. Table 1 Bomber HCI Test Schedule Aircraft Tail Induction Date Start Instrumentation Test 1 Mar 2017 15 Mar 2017 Test 2 Sep 2017 15 Sep 2017 The Contractor shall perform the following prior to test execution : The Contractor shall ensure all GFP used in test is calibrated. Air-conditioning services required to ensure functionally of unit The Contractor shall perform the following requirements for LLCW testing : PHSTS Van Preparation, PHSTS Data Acquisition Process System Preparation, Test Conduct, and Post Test Activity. PHSTS Van Preparation: Preparing/ checkout of all support equipment utilized during the test Unspooling of all 200 meter fiber optic cables required for test acquisition Calibration of fiber optic current probes and transmitters as required for acquisition Pre-test PM on fiber optic equipment; to include fibers, transmitters, receivers, and computer system software and hardware. PHSTS Data Acquisition Process System Preparation: Entering the test point information into the database for the test article Database entry of all instrument calibrations before the test and database checkouts Acquiring a pre-test field map of the electric and magnetic field to ensure: a) The Ellipticus antenna is working properly, and b) There is a comparison for use post-test to verify nothing changed in the field during (electrically or magnetically) Test Conduct: Instrumentation of the aircraft using correct instrumentation techniques, documenting the setups, and reporting any problems encountered An acquisition operator to run the acquisition cycles of the PHSTS To ensure the data acquired is accurate for phase and magnitude Post Test Activity: Restoration of the aircraft and completion of data processing De-instrumentation of the aircraft with the assistance of Northrop Grumman personnel Quality control for all of the equipment used on the aircraft, including accounting for and checking equipment back into the PHSTS Conducting a post-test map of the electric and magnetic field Post-test PM on fiber optic equipment to include: fiber optic cables, transmitters, transmitter batteries, receivers, and PHSTS equipment: computer systems and hardware Rolling up of all 200 meter fiber optic cables that were used on the test. Preparing PHSTS for shipment. The Contractor test support team shall have a current DoD Secret Clearance (within 5 years) and be able to obtain/maintain the required Special Access Required (SAR) clearance to support maintenance or operations activities under contract. The Contractor must submit/obtain a favorable SAR clearance investigation for its employees, for entrance to restricted areas no later than 120 (120) working days of contract award date. CONTRACTOR CAPABILITY SURVEY B-2 Low Level Continuous Wave Test Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: · Company/Institute Name: · Address: · Point of Contact: · CAGE Code: •· Phone Number: •· E-mail Address: •· Web Page URL: · Size of business pursuant to North American Industry Classification System (NAICS) Code: 336413 Size Standard 1,250 Employees Based on the above NAICS Code, state whether your company is: •· Small Business (Yes / No) •· Woman Owned Small Business (Yes / No) •· Small Disadvantaged Business (Yes / No) •· 8(a) Certified (Yes / No) •· HUBZone Certified (Yes / No) •· Veteran Owned Small Business (Yes / No) •· Service Disabled Veteran Small Business (Yes / No) · Central Contractor Registration (CCR). (Yes / No) · A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Submit information to the requiring activities' address, include phone number, must be received no later than close of business 07 October 2016 Part II. Capability Survey Questions General Capability Questions: Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). Describe your company's capabilities for generating, handling, processing and storing classified material and data. Describe your company's ability to adhere to the Special Qualifications as annotated in section 1.12 of the attached Performance Work Statement (PWS). •4. Describe your company's ability to adhere to the Security Requirements as annotated in section 1.13 of the attached Performance Work Statement (PWS). •B. Services Questions •1. Describe your services capabilities and experience with regard to the requirements of this effort. •2. Describe your capabilities and experience in any required test, evaluation, and repair processes/procedures with regard to the required items. •3. If your company can not perform the entirety of the requirement what part could or would your company be able to perform. Provide specific info on what could be broken out for your company's performance. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2016-09-14 15:02:56">Sep 14, 2016 3:02 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2016-09-15 15:02:33">Sep 15, 2016 3:02 pm Track Changes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8110-17-R-0002/listing.html)
 
Place of Performance
Address: 3620 East Avenue M, Palmdale CA 93550-7401, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN04273566-W 20160917/160915235825-1dde4dd762b2b1151cdd77db8b3ac155 (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.