Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2010 FBO #3275
SOURCES SOUGHT

16 -- Universal Armament Interface (UAI) System Integration Laboratory Certification Tool (SIL CT) Test Asset Contract

Notice Date
11/10/2010
 
Notice Type
Sources Sought
 
NAICS
334113 — Computer Terminal Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8607-11-R-XXXX
 
Archive Date
12/11/2010
 
Point of Contact
Ken R. Noffsinger, Phone: 9372558386
 
E-Mail Address
ken.noffsinger@wpafb.af.mil
(ken.noffsinger@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government anticipates awarding a hybrid contract - Firm Fixed Price (FFP) for the UAI SIL CT Test Asset and Cost Plus Fixed Fee (CPFF) for the maintenance, repair and updates of the existing UAI SIL CTs as well as new UAI SIL CTs, to assist in the efforts of the on-going program, Universal Armament Interface (UAI). The period of performance will be 60 months for this effort with an anticipated maximum value of $2M. The purpose of this Sources Sought is to determine if there are any businesses available to support the UAI program with the procurement and maintenance of the program's SIL CTs. The UAI SIL CTs were designed to execute the UAI Platform/Store Compliance Certification Plan (PS CCP). The UAI PS CCP validates the UAI interface of platform, carriage systems and stores in accordance with the UAI Platform/Store Interface Control Document (PSICD). The UAI SIL CTs have two separate modes; they can function as either a generic platform or generic store. In order to function as a generic platform, the Universal Platform Simulator (UPS) is loaded onto the UAI SIL CT. The Universal Store Simulator (USS) and Universal Platform Simulator (UPS) are loaded into the UAI SIL CT for the functionality as a generic store. The USS and UPS are Government furnished software and the updating of this software is not part of this effort. This effort would include, but is not limited to, the following: • Manufacture, assembly, and checkout of all SIL CTs, including installation of government furnished software • Provide technical support for UAI SIL CTs • Provide maintenance and repair of existing and new UAI SIL CTs, onsite if possible • Update UAI SIL CT documentation as required • Develop/update the Integrated Master Schedule (IMS) for SIL CT test asset production to include all relevant tasks • Provide effort and materials required to develop and maintain a planning and control system which encompasses program scheduling, cost reporting, management of program risks, and project information compilation and dissemination • Item Unique Identification (IUID) support • Diminishing Resource Analysis and database development/maintenance • Storage of non-deployed units • Preparation of proposals for hardware/software upgrades • Preparation of a Manufacturing Plan Deliverables will be individual SIL CT hardware sets loaded with Government furnished software. SIL CT STEs will be produced in accordance with Government provided drawings and wiring diagrams and will comply with acceptance testing procedures with results provided to the Government. The contractor will be required to update a Government-furnished SIL CT Users Manual and System Specification for UAI SIL CTs. REQUIREMENTS - Demonstrated past experience in the design, manufacture and test of store and platform simulator hardware - Must have all necessary facilities to test and verify compliance of manufactured SIL CT with SIL CT Hardware/Software Specifications - Must currently have or be able to establish Associate Contractor Agreements or other applicable proprietary information agreements with developers of both the USS and UPS software THIS IS NOT A REQUEST FOR PROPOSAL (RFP). This is a market research tool to determine the availability and adequacy of potential sources. Firms responding to this announcement should indicate their size, particularly if they are a small disadvantaged business, a socially and economically disadvantaged business, a woman-owned business, a service disabled veteran-owned small business, a HUB zone small business concern, and should also indicate if the firm is foreign-owned. The North American Industry Classification System (NAICs) code 541712, Research and Development in the Physical, Engineering, and Life Sciences with the Aircraft Parts, and Auxiliary Equipment, and Aircraft Engine Parts exception applies to this acquisition with a size standard of 1,000 employees. In accordance with AFFARS Clause 5352.201-9101, the Ombudsman for ASC is Howard E. Marks Jr., Chief, Acquisition Center of Excellence, Aeronautical Systems Center, 1755 11th St, Bldg 570, Room 101, Wright-Patterson AFB, OH 45433-7404. E-mail: Howard.Marks@wpafb.af.mil. Voice Number: 937.255.8642 (DSN 785.8642). Fax Number: 937.656.7193 (DSN 986.7193). Technical questions should be directed to 1st Lt Michael A. Switzer, 937.255.7089, e-mail: Michael.Switzer@wpafb.af.mil. Non-technical and/or contractual questions should be directed to Ken Noffsinger, 937.255.8386, e-mail: Ken.Noffsinger@wpafb.af.mil and Kristina Hansman, 937.904.5840, e-mail: Kristina.Hansman@wpafb.af.mil. Interested sources must respond with a complete capability/qualification package describing their technical expertise and experience, personnel and facilities. The response should identify key technical risks, issues, and any partnering arrangements that may be considered. All parties are asked to provide a telephone number, an e-mail address, and a facsimile number in their response. Information marked "Proprietary" will be protected and will not be divulged unless mandated by existing laws. Information responses should be sent not later than (15) fifteen days from the publication of this notice. Responses must be limited to ten 8.5 x 11 pages in length (Times New Roman 12 pitch font). The response cover page is not included in the ten page count, but each page after the cover counts. Any pages beyond the cover and ten page limit will not be considered. Responses may be received via soft/hardcopy. Hard copies should be sent to ASC/WWSK, 2725 C Street, Bldg 553, Wright-Patterson AFB OH 45433-7424. Soft copies should be sent to Ken Noffsinger at the above e-mail address. (See Note 22 - Capabilities Statements Only)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8607-11-R-XXXX/listing.html)
 
Record
SN02325813-W 20101112/101110234226-8c200455b0c2ee3896e3022d4f1c50ee (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.