Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 28, 2017 FBO #5665
SOURCES SOUGHT

16 -- C-5 Replacement of Multifunctional Controls and Displays, Integration of; Second-Generation Anti-Jam Tactical UHF Radio for NATO, Integrated Waveform, & Electronic Flight Bag Hard Mount w/ Power Solution, & Updates to the Backup Integrated Processor

Notice Date
5/26/2017
 
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
FA8625-18-R-6000
 
Point of Contact
Daniel R. Andrews, Phone: (937) 255-1054, Joshua Mullis, Phone: (478) 926-6920
 
E-Mail Address
daniel.andrews@us.af.mil, joshua.mullis.1@us.af.mil
(daniel.andrews@us.af.mil, joshua.mullis.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PURPOSE With this Sources Sought Notice, the C-5 Galaxy Division Contracting Office (AFLCMC/WLSK), Wright-Patterson AFB, OH, is conducting market research to determine interested sources for conducting Engineering and Manufacturing Development (EMD) work required for the replacement of the Multifunctional Display Unit (MFDU) and Multifunctional Control Display Unit (MCDU) on the C-5M aircraft. This modification will also entail adding SATURN (Second-generation Anti-jam Tactical UHF Radio for NATO, Integrated Waveform (IW), an Electronic Flight Bag (EFB) Hard Mount w/ Power solution, and required Backup Integrated Processor (BIP) updates to the aircraft. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. DESCRIPTION The C-5 RMCD consists of replacing the MFDUs and MCDUs on the C-5M aircraft. These modifications are required due to several obsolescence and Diminishing Manufacturing Source issues being experienced with these legacy Line Replaceable Units (LRU). In addition to MFDU and MCDU replacement, other capabilities will be included in the EMD effort for this modification. SATURN offers improved anti-jam capabilities over secure voice to remain interoperable with other AF, DoD, NATO, and coalition aircraft. Integrated Waveform (IW) replaces currently used DAMA SATCOM for BLOS secure voice capability. Both SATURN and IW will be implemented using the already existing Rockwell Collins ARC-210 Gen 5 radio installed on the aircraft prior to this mod. This mod also will include updating the BIP from IFF Mode 4 to Mode 5 capabilities. Lastly, this modification will require design and implementation of an EFB hard mount with power solution to be included as part of the development activity. It is anticipated that EMD will last 2 - 3 years and will result in a design and kit for production that utilizes commercial off-the-shelf/non-developmental items to the maximum extent possible. Operational requirements dictate that EMD activities support transition to production by the end of FY21. Note that the Government does not currently possess unlimited, government purpose, or specially negotiated data rights to any of the software or hardware design data that may be required to facilitate the integration effort with the existing computer processing systems. Rights to all pertinent existing design data currently reside with the C-5M original equipment manufacturer. RESPONSE Responses shall address the following capability questions: 1. Identification of candidate replacement equipment and data sheets 2. Technical concept of integration approach 3. Overall schedule for EMD 4. Hardware/Software Test Requirements 5. Ability to accomplish the necessary DO-178B compliant software development for C-5M Both large and small businesses are encouraged to participate in this Sources Sought notice. These responses will enable the Government to identify interested vendors and ensure required capabilities are available in the marketplace. It is advised that all respondents provide sufficiently detailed answers to the capability questions to allow the Government to determine if your company has the ability to provide the requisite effort to support the current modification schedule. In accordance with (IAW) DFARS 210.001, market research results will be used to determine whether the criteria in FAR Part 19 are met for setting aside the acquisition for small business. If it is determined that a small business set-aside is appropriate, FAR 52.219-14, Limitations on Subcontracting, will apply. Please provide rationale as to how compliance with these limitations 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. Please be advised that the rules governing affiliation and ostensible subcontracting apply when determining size under the Limitations of Subcontracting, as does the Non-Manufacturer Rule if a supply NAICS is chosen. Respondents should consider how the primary tasks identified in this RFI will be broken out between prime and sub-contractors to avoid ostensible subcontracting, and address in their response if necessary. IAW FAR 19.201, it is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, including the opportunity to participate as subcontractors. Please recommend a reasonable expectation for small business subcontracting as a percent of total contract value, as well as supporting rationale for the recommended percentage. If your company is capable of meeting some, but not all of the requirements stated in this RFI, please provide a response detailing the requirements you are capable of meeting. This will allow an assessment of whether or not breaking out a portion of the requirement for Small Business is possible and practicable. Any issues regarding Limitations on Subcontracting (including issues of affiliation and ostensibility) should be considered in your response. If market research leads to a decision to competitively award this requirement, IAW DFARS 215.304, the extent of participation of small businesses shall be addressed in source selection. The contracting officer will evaluate the extent to which offerors identify and commit to small business performance of the contract, whether as a joint venture, teaming arrangement, or subcontractor. BUSINESS INFORMATION In response to this Sources Sought, 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 • Commercial and Government Entity (CAGE) Code: • Phone number: • E-mail address: • Web page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: 336413, Other Aircraft Part and Auxiliary Equipment Manufacturing. Size standard: 1,000 employees. Based on this NAICS Code, state your company business size. If you are a Small Business (SB, WOSB, SDB, 8(a), HUBZone, VOSB, SDVOSB), please explain whether your company would be capable of meeting the requirements of FAR 52.219-14, Limitations on Subcontracting. • Small Business (Yes / No) • Woman Owned Small Business (Yes / No) • Economically disadvantaged women-owned small business (EDWOSB) (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 Owned Small Business (Yes / No) • Large Business (Yes / No) • System for Award Management (SAM) registered (Yes / No) • Statement verifying company is domestically owned (Yes / No) Submit response (along with any supporting documentation) via e-mail directly to: daniel.andrews@us.af.mil with a cc to: joshua.mullis.1@us.af.mil. The file size for the electronic submittal must be less than 10MB. The page limitation for this submission is ten (10) pages. DISCLAIMER This Sources Sought Notice is not an offer. This Sources Sought Notice is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this Sources Sought Notice that is marked "Proprietary" will be handled accordingly. Responses to the Sources Sought Notice will not be returned. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associates with responding to this RFI. Questions should be directed to PCO/Contract Specialist via email. ATTENTION: Contractor must be registered with the System for Award Management to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. In addition, the Contractor must be registered with US/Canada Joint Certification (approved DD2345)- for more info on applying for certification please visit: http://www.dlis.dla.mil/jcp/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8625-18-R-6000/listing.html)
 
Place of Performance
Address: Mobility Directorate, C-5 Galaxy Division, AFLCMC/WLSK, 2275 D Street, Bldg. 16, Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04524571-W 20170528/170526235052-974215c0da3d856a8560edb69046e36c (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.