Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2006 FBO #1621
SOURCES SOUGHT

C -- Weapons System Evaluation Program (WSEP) Aim-120/Aim-9X Live Fire Support for Tyndall Air Force Base, Florida Request for Information (RFI)

Notice Date
5/3/2006
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5 Bldg 647, Tyndall AFB, FL, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
Reference-Number-FA4819-06-RFI02
 
Response Due
5/12/2006
 
Archive Date
5/27/2006
 
Description
This is a request for information and not a solicitation. INTRODUCTION: The Government is interested in obtaining more information from small businesses in order to determine if a small business set aside is appropriate in this instance. The Government requires (1) AIM-120 & (1) AIM-9X employees shall provide analysis support for live-fire missile evaluations and technical/engineering support for modifications and upgrades to the missile, telemetry pack, weapon system interface or airframe. The AIM-120 employee will serve as a field representative and work at Tyndall AFB, FL. The engineer shall also have a BS in an engineering discipline, minimum of 4 years documented progressive engineering experience, preferred 2 years experience working with radar missiles, associated systems, instrumentation, their testing, data reduction, and analysis of the missiles, preferred documentation of in-depth working knowledge of AIM-120 missile systems, preferred documentation of experience with AIM-120 data reduction and analysis tools and must have or be able to obtain a security clearance of SECRET. The AIM-9X Employee will work from his/her respective home office. The engineer shall also have a BS in an engineering discipline, minimum 4 years documented progressive engineering experience, a comprehensive understanding of IR missile and IRCM capabilities, preferred 3 years working with AIM-9X missile system, 3 years experience working with guidance and control systems, documentation of experience with AIM-9X data reduction and analysis tools and must have or be able to obtain a security clearance of SECRET. This effort shall encompass the following areas of information technology assessment, technical consultation and software systems engineering: test and evaluation of the air-to-air weapon system integration, technical engineering support for management, analysis and weapon system planning and reporting based on missile test data. This task shall require experience and knowledge of air vehicle programs, technologies and software analysis efforts. A Performance Work Statement will be attached with the solicitation that will be posted at a later date. POINT OF CONTACT: The Government requests responses to this RFI will be submitted no later than 4:00 PM EDT (Eastern Daylight Time) on 12 May 2006. Respondents should identify their company?s name, address, telephone number, and point of contact. Proprietary information must be clearly marked. The Government requests responses include three (3) paper copies and one (1) compact disk (CD). The CD file should be in Adobe Acrobat Portable Document Format (PDF) or otherwise compatible with the Microsoft Office 2000 suite of software. All copies should be delivered simultaneously to the following address: 325 CONS/LGCBB 501 Illinois Ave., Suite 5 Tyndall AFB, FL 32403 Attn: 1Lt Reza Grigorian The Government will review Industry responses in detail. If necessary, the Government will support multiple telephone dial-in conversations. The government will also answer any questions that respondents maybe proposed. The Government will accept responses to this RFI from only small business vendors, but intends to limit requests for one-on-one sessions to those Industry members who are competitive prime contractor candidates (to include their respective team members) and have provided a response to our RFI. Points of contact for 325 CONS/LGCBB: Primary: Reza Grigorian Phone: (850-283-8635) E-mail: reza.grigorian@tyndall.af.mil Secondary: Ms. Amy Foster Phone: (850-283-3648) E-mail: amy.foster@tyndall.af.mil Please refer any questions regarding this RFI to 1Lt Reza Grigorian. The information received will not obligate the Government in any manner nor will the Government reimburse contractors for any costs associated with submittal of this request for information. In addition, the Government will not reimburse contractors for costs associated with any one-on-one sessions during the span of the RFI. This RFI does not constitute an Invitation For Bid or a Request for Proposal, nor should it be considered as a commitment on the part of the Government.
 
Place of Performance
Address: Tyndall AFB, FL
Zip Code: 32403
Country: USA
 
Record
SN01039947-W 20060505/060503220533 (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.