SOURCES SOUGHT
J -- Airborne Integrated Terminal Group (AITG) AN/ARC-234 Sustainment Support - Questionnaire
- Notice Date
- 2/10/2012
- Notice Type
- Sources Sought
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
- ZIP Code
- 90245-2808
- Solicitation Number
- AITG
- Point of Contact
- Kimberly S. McGough, Phone: 7195562919, James D. Swartz, Phone: 7195560612
- E-Mail Address
-
kimberly.mcgough@us.af.mil, james.swartz@us.af.mil
(kimberly.mcgough@us.af.mil, james.swartz@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Questionnaire The U.S. Department of the Air Force, Space and Missile Systems Center (SMC), Space Logistics Directorate contracting branch (SMC/PKL) located at Peterson AFB in Colorado Springs, CO at Peterson AFB, CO is performing market research to understand the market's capabilities for sustaining the Airborne Integrated Terminal Group (AITG) AN/ARC-234 radio. Based on market research the government will make a determination of qualified sources and will make its decision as to whether this requirement can be done in a competitive manner. This contract will provide sustainment support for AITG hardware, software maintenance, database maintenance, Systems Engineering Integration, and Test (SEIT), and AITG support data Place of performance is at the contractor's facility. The AITG, AN/ARC-234 is a multiband, multi-mode (single mode of operation at a time) terminal. The AITG is installed on Air Combat Command (ACC) Command and Control, reconnaissance, bomber, Search and Rescue (SAR) aircraft and Foreign Military Command and Control aircraft authorized under Dept. of State ITAR agreement. The AITG system of equipment provides the following: Embedded Half-duplex RF UHF SATCOM dedicated and Demand Assigned Multiple Access (DAMA) compliant (MIL-STD-188, -181, -182, -183), VHF LOS AM with 25 kHz/8.33 kHz channel spacing, embedded voice processing: Continuously Variable Slope Delta (CVSD) and Linear Predictive Coding (LPC-10), Embedded Communications Security (COMSEC) devices: TSEC/KG-84A/C, TSEC/KYV-5, & TSEC/KY-58, Data I/O interfaces, UHF LOS single channel, Co-site performance with RF control, Remote Control Unit (RCU) with user friendly interface, Communications Parameters Update Applications S/W, Airborne qualified, Integral 100W SATCOM High Power Amplifier (HPA), Software update interface capability, 1,600 hour MTBF reliability, 28 VDC and 115 VAC prime power configurations. Hardware sustainment encompasses the following: services to repair, overhaul and modify the AN/ARC-234 system components. Specifically, the contractor shall perform all analysis, repair, test and calibration necessary to bring the item(s) to a serviceable condition. In addition, the contractor shall provide all necessary tools, spare parts (equal to, or superior to, OEM requirements), labor, materials, technical data, facilities, packaging and transportation to accomplish the repair and delivery of serviceable asset(s) back to the Government. Software sustainment encompasses the following: problem report investigation; problem report resolution, software block upgrades, major regression testing, Limited Maintenance Manual update, Communication Parameters Update Application Software (CPUAS), Computer Based Training (CBT), Training Material and support documentation updates, Joint Interoperability Test Command (JITC) Certification and National Security Agency (NSA) Certification when applicable. Systems Engineering, Integration and Test encompasses the following: integration support; systems engineering, systems interface support, systems configuration baseline support, systems security, systems test support, and platform integration support to mission air frames. Technical orders, test equipment, depot level drawings and manuals were not procured with this system. Documented AITG system knowledge is required to maintain and produce integrated hardware and software sustainment. Therefore, award to any other source will increase program risk and cost to the government that will not be recovered through competition over the duration of the contract. However, interested parties must submit an unclassified Statement of Capability (SOC) and filled in questionnaire within 20 business days of this announcement demonstrating the following: facilities for the repair, modification, enhancement, maintenance, testing, and cryptographic and TEMPEST control of the AITG (facilities must be secure and CCI controlled); access to contractor proprietary software tool licenses, rights, documentation, test and development software, and hardware stations that replicate the original software development and test environment; AITG system knowledge, plus skilled, trained, and experienced personnel. Interested parties responding shall indicate ability to obtain International Traffic in Arms Regulation (ITAR) Technical Assistance Agreements (TAA) to be in effect prior to Nov 2012 in order to assume FMS sustainment support. The SOC shall not exceed 15 one-sided pages in length (answers to questionnaire do not count in total). Response must be submitted by e-mail in electronic form in MS Word 2007 or higher or PDF Format. All responses must conform to 8.5 by 11 inch pages with font no smaller than 12 point, and one-inch margins. Responses from small and small disadvantaged businesses are encouraged. The basic period of performance is for 4 years with estimated award in late 2012. The projected Request for Proposal (RFP) release date for this effort is May 2012. This synopsis is for information and planning purposes only; it does not constitute a RFP. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. The Government will not recognize any cost associated with the submission of an SOC. Information received will be considered solely for the purpose of determining whether any prospective credible source other then the incumbent exists. The applicable North American Industry Classification System (NAICS) code is 811213 ($10 M annual gross). Submit all responses to synopsis to: SMC/PKL, Attn Kim McGough, 1050 E Stewart Ave, Peterson AFB, CO 80914-2902 (e-mail: kimberly.mcgough@peterson.af.mil). An Ombudsman has been appointed to address concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman is James Gill, SMC/PK, (310) 336-1789.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/AITG /listing.html)
- Place of Performance
- Address: Peterson AFB, CO, Colorado Springs, Colorado, 80914, United States
- Zip Code: 80914
- Zip Code: 80914
- Record
- SN02673048-W 20120212/120210233537-d96cad137f7eecc045e7fbbcc683ad5c (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 |