SOURCES SOUGHT
58 -- Tactical Air Control Party (TACP) Mounted Communications
- Notice Date
- 7/31/2012
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- FA8307-12-R-0023
- Point of Contact
- Walter Ronten, Phone: 781-225-4109, Steve Pekunece, Phone: 781-225-4106
- E-Mail Address
-
walter.ronten@hanscom.af.mil, steve.pekunece@hanscom.af.mil
(walter.ronten@hanscom.af.mil, steve.pekunece@hanscom.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. Introduction The U.S. Air Force Life Cycle Management Center (AFLCMC), Battle Management Directorate, Theater Battle Control Division at Hanscom AFB, MA, is seeking potential sources for production of the TACP Mounted Communications Package (MCP). Responsible sources with experience in integrating tactical battlefield communications equipment into ground combat vehicles are requested to respond. The MCP is a project within the Air Force's Tactical Air Control Party Modernization (TACP-M) program. MCP will provide TACPs with critical voice and data communications required to plan, request, coordinate, and conduct terminal attack control of strike aircraft executing joint close air support (CAS) missions while the TACPs are "on-the-move" in support of Army ground force maneuver operations. The MCP capability allows mounted TACPs to communicate with aircraft, higher echelons, fire support, and other command and control (C2) centers over existing tactical networks. The MCP allows integration and installation of existing, dismounted Communications and Support (C&S) equipment (ruggedized radios and computers) into armored M-1165A1B3 armored High Mobility Multipurpose Wheeled Vehicles (HMMWVs) that are used by TACPs. Procurement of radios and computers are not part of this effort. A pre-production MCP Risk Reduction effort is underway through the Naval Surface Warfare Center, Crane, IN. The Risk Reduction is expected to conclude by November 2012 and includes analysis of key risks areas such as egress and integration of MCP into the HMMWV with limited space, weight, and power available. The Risk Reduction will deliver a technical data package (TDP) describing the results of the effort (to include exclusion zones for MCP equipment). NOTE: This sources sought synopsis is for market research and planning purposes only and does not constitute an Invitation for Bid (IFB) or a Request for Proposal (RFP). Its issuance does not restrict the Government as to the ultimate acquisition approach. 2. Objectives The Government seeks to satisfy the following MCP production program objectives: a. Perform all necessary production engineering to provide a production MCPs that integrates with existing C&S equipment into the M1165A1B3 HMMWV: (1) three PRC-117G multiband manpack radios, (2) one PRC-150C HF manpack radio, (3) one ruggedized computer (specific model to be determined) with current TACP-M Close Air Support System (CASS) software application and Windows operating system, and (4) handsets/headsets. The total weight for the C&S equipment and MCP must be less than 350 lbs. b. Deliver all necessary MCP equipment to provide an effective, on-the move voice and data communications capability that include: equipment mounts, High Frequency coupler, cables/connectors, speakers and handset mounts, amplifiers, power supplies, antennas (line of sight, SATCOM, etc), and a remote audio/data control interface. Provide capabilities for each of the four passengers in the M1165A1B3 (data required for the front passengers only). c. Support the CAS operations in a mobile tactical environment, allowing easy/quick install and removal of the C&S equipment for dismounted operations. d. Implement modifications to the M1165A1B3 to the minimum extent necessary for MCP integration and installation. e. Produce up to four test units and conduct a Production Acceptance Test and Evaluation (PAT&E) to ensure all MCP functional and performance requirements have been met. f. Support Government Operational User Evaluation (OUE) of the MCP, to verify operational safety, suitability, and effectiveness. g. Deliver approximately 100 to 215 MCPs to TACP units, with initial operational capability (IOC, 12 units) within 12-18 months after contract award and full operational capability (FOC, all units) by the end of FY2016. h. Provide commercial operations and maintenance manuals. Develop drawings and Air Force Technical Orders (TO) for Operation and Maintenance Instructions, Operator's Manual, and Illustrated Parts Breakdown. i. Provide training for TACP personnel to install, remove, and maintain MCPs at TACP operational units. Training includes classroom and hands-on install. j. Deliver initial spares. k. Provide post-delivery help desk support for up to three years after IOC, to include depot-level supply planning and support. l. Maintain classified documentation/equipment. Have a COMSEC equipment account and an approved classified/control item storage capability at the contractor's location. 3. Information Requested The Government requests responsible sources provide the following information: a. Specific, recent capabilities and experience for integrating multiband radios, computers, and other voice and data communications equipment into tactical combat vehicles, related to meeting the above MCP production objectives. b. Risks to and mitigation strategies/plans for meeting the planned IOC/FOC dates, assuming a contract award by 3rd quarter FY2013. c. A top-level timeline (months from contract award) for delivering the capability that meets the above objectives. d. Preferred contract type and usual terms and conditions. e. Identify your firm as a non-profit organization, large business, small business, small disadvantaged business, women-owned business, veteran owned business, service disabled veteran owned business, Section 8(a) small business, or hubzone small business for NAICS Code 334220. f. AFLCMC may consider using an existing DoD indefinite delivery/ indefinite quantity type contract for this acquisition if suitable. Identify any such contract you may currently hold that might be a suitable contract vehicle for this effort, including contract number, Government organization, period of performance, total and remaining ceiling value, and Government contact with email and phone number. 5. Response Submission The Government requests that interested responsible potential sources submit an electronic response in MS Word or Adobe PDF format of not more than ten (10) single-sided pages, 8.5" x 11" paper, 12 point. All responses shall be UNCLASSIFIED. Submit your response, including business size classification, via e-mail to walter.ronten@hanscom.af.mil and include your company/firm name, address, CAGE code, point of contact, phone, and email address. Responses must be received no later than 4:00 PM (Eastern Time) on 30 August 2012. Any questions regarding the information included in the synopsis shall be submitted in writing to the Contracting Officer, Mr. Steve Pekunece, (781) 225-4106, steve.pekunece@hanscom.af.mil, and the Contract Specialist, Mr. Walter Ronten, (781) 225-4109, walter.ronten@hanscom.af.mil. Questions and answers shall be posted on the FedBizOpps.gov website. 6. Disclaimer THIS SYNOPSIS IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE AIR FORCE TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. In accordance with FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. The Government shall not pay for the information solicited or recognize any costs associated with the submission of responses. The purpose of the synopsis is to provide an opportunity for industry to enhance the success of any future procurement for these products. Any information obtained as a result of this synopsis is intended to be used by the Government on a non-attribution basis for program planning and acquisition strategy development. By submitting information in response to this synopsis, submitters consent to the release and dissemination of submitted information to any Government or non-Government entity to which the Electronic Systems Center releases and disseminates the information for review. As such, to the extent that any information submitted in response to this synopsis is marked as, or construed to be proprietary or business-sensitive, submitters are hereby notified (a) about the potentiality that such information submitted may be disclosed to MITRE Corp and Air Force A&AS contractors, and (b) that submission of information in response to this synopsis constitutes consent to such handling and disclosure of submitted information. This synopsis is being used to obtain information for planning purposes only and the Government does not presently intend to award a contract at this time. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Upcoming developments on this acquisition and related information will be available on http://fedbizopps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-12-R-0023/listing.html)
- Place of Performance
- Address: Contractor Facility, United States
- Record
- SN02822247-W 20120802/120801000925-c2efc7315410352b69f5c0035cdd4fbd (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 |