Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2012 FBO #3801
SOURCES SOUGHT

16 -- F-15E APG-82(V)1 Radar Break-out

Notice Date
4/19/2012
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
FA8634-XX-X-XXXA
 
Archive Date
6/2/2012
 
Point of Contact
Christopher L. Muntz, Phone: (937)904-6688, Paul Weikert, Phone: (937)904-6643
 
E-Mail Address
christopher.muntz@wpafb.af.mil, Paul.Weikert@wpafb.af.mil
(christopher.muntz@wpafb.af.mil, Paul.Weikert@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT SYNOPSIS. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis is issued solely for information and planning purposes and does not constitute a solicitation nor is this notice a request for quotation. The purpose is to improve the Government's understanding of the current marketplace and to identify capable sources which can provide, without Government funded modification, radar components which are suitable substitutes for one or more of the radar components discussed below. The United States Air Force, through the Aeronautical System Center (ASC), has contracted with the Boeing Company to upgrade the F-15E aircraft radar to an APG-82(V)1 configuration. The United States Air Force is now contemplating going sole-source to Raytheon to purchase Raytheon radar components for delivery to Boeing. If a vendor believes they can provide suitable components to Boeing, they should respond to this Sources Sought Synopsis. The components being considered for breakout are: Actively Electronic Scanned Array (AESA) antenna: Part No. 5241600‐100 Radar Power Supply (RPS): Part No. 5231100‐100 Receiver/Exciter: Part No. 5231720‐100 Common Integrated Signal Processor Part No. 5243222‐100 The suitable substitute components must conform to the current specified Weight, Form, Fit, Function, Interface, Power, Cooling, and Reliability requirements as described in current Boeing technical documentation [SS76301A328A5501, 23-Oct-08, F15E Active Electronically Scanned Array (AESA) Radar Set Revision D, (With SCNs 001, 003, 004, 005, 006)] to include all associated Computer Program Identification Number (CPIN) elements. The offered integrated capability associated with the subject product shall be documented with sufficient detail to ensure no degradation to the existing baseline capability is incurred. Anticipated quantities are for initially 27 units (delivered on dock) in FY15 with possible follow-on contracts for an additional 166 units over the next four or more years. The radar prime contractor will be responsible for obtaining access to all necessary F-15E technical data and expertise needed to deliver units meeting software, technical, functional, interface, power, cooling, reliability, qualification, and acceptance requirements. Interested sources must provide specific details on how required technical data and expertise will be obtained. Successful source(s) may be required to warrant that the delivered items can be installed in the F-15E without additional modification to the unit or modification to the aircraft over and above that already planned. Successful source(s) may also be required to warrant that the unit will satisfactorily perform when used for the purpose intended. Interested sources must have in place the ability to receive, generate, and store top secret materials; as well as suitable facilities, tools, equipment, and personnel to demonstrate at no cost to the Government, and have approved by cognizant Government engineering activity, a fully qualified item in accordance with Boeing's qualification and acceptance procedures prior to November 1, 2013. Delivery of production units for installation must be available no later than May 1, 2015. All sources that can provide the items are encouraged to respond to this Sources Sought Synopsis by close of business (4pm, EST) on June 1, 2012. Response submittals must be Unclassified and include the following information: a) Name of company b) Address c) Point of contact d) Phone and Fax number e) Email address f) Documentation regarding capabilities and qualifications to manufacture the specified equipment; and sufficient information that describes or demonstrates the firm's technical capability to provide a suitable substitute for one or more of the components described above. g) Information to verify that their item has been fully qualified in accordance with Boeing's qualification and acceptance procedures, or details of when qualification and acceptance is anticipated h) Information regarding production lead time, and the status of the production line i) Rough Order of Magnitude (ROM) estimate for unit cost and schedule j) Other information deemed relevant 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 appropriate Ombudsman is Howard Marks Jr., Director, Acquisition Center of Excellence, (937)255-8642. Submissions are limited to 100 pages 8.5 x 11-inch pages with no smaller than 12-point font. Only affirmative responses to this notice will be evaluated to the extent necessary for the Government to determine whether the breakout acquisition approach is feasible. Please submit responses to: Christopher Muntz ASC/WWQK F-15 Division Area B, BLDG 553 2725 C Street Wright-Patterson AFB, Ohio 45433 or christopher.muntz@wpafb.af.mil Any information submitted by respondents to this synopsis is strictly voluntary. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government reimburse the respondents for any costs associated with their responses. This synopsis does not constitute a Request for Proposals (RFP), or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will not pay for any information submitted by respondents to the request. The Government reserves the right to contact the submitting parties as required, for further clarification on material provided. The Government will evaluate the information provided, include it in our document with our market research, and use it as needed during RFP development. In addition, the Government will use its evaluation of the information and other research to determine which sources appear qualified to perform the work required by the Government. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. Contracting Office Address: ASC/WWQK F-15 Division Area B, BLDG 553 2725 C Street Wright-Patterson AFB, Ohio 45433 Primary Point of Contact christopher.muntz@WPAFB.AF.MIL Phone (937) 904-6688 Secondary Point of Contact Paul Weikert Paul.Weikert@WPAFB.AF.MIL Phone (937) 904-6343
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8634-XX-X-XXXA/listing.html)
 
Place of Performance
Address: 2725 C St., Wright-Patterson AFB, Ohio, 45431, United States
Zip Code: 45431
 
Record
SN02727031-W 20120421/120420000943-1e8d920b4e70fbd61b1a196f972ca11d (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.