SOURCES SOUGHT
16 -- F-16 Embedded Global Positioning System/Inertial Navigation System (GPS/INS) Automatic Dependent Surveillance-Broadcast (ADS-B) Out Software Upgrade
- Notice Date
- 3/3/2015
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8615-16-C-xxxx
- Archive Date
- 4/18/2015
- Point of Contact
- Sandra L Witter, Phone: (937)713-7285
- E-Mail Address
-
sandra.witter@us.af.mil
(sandra.witter@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- F-16 Embedded Global Positioning System/Inertial Navigation System (GPS/INS) Automatic Dependent Surveillance-Broadcast (ADS-B) Out Software Upgrade Sources Sought 1. This is a sources sought only, which, as part of market research, is being issued in accordance with (IAW) Federal Acquisition Regulation (FAR) subpart 15.201(e). This is not a solicitation/request for proposal and no contract shall be resultant from this synopsis. There is no solicitation package available at this time. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the AFLCMC. We are still determining the acquisition strategy and if this acquisition is a small business set-aside, FAR 52.219-14, Limitation on Subcontracting applies. Note that, if there is sufficient demonstrated interested and capability among small business contractors, a key factor in determining if an acquisition will be a Small Business Set-Aside is that two or more potential small business prime contractors must be capable of performing at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. If it is determined that a small business set-aside is appropriate and your company anticipates submitting a proposal as the prime contractor for a small business set-aside, please provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The AFLCMC F-16 System Program Office is seeking to identify sources that may be capable of providing the following: Description: The F-16 Fighting Falcon is a compact, multi-role fighter aircraft. It is highly maneuverable and has proven itself in air-to-air combat and air-to-surface attack. It provides a high-performance weapon system for the United States and allied nations. The block 40/42/50/52 F-16's employ the Northrop Grumman LN-260 Embedded GPS/INS (EGI). The LN-260 is a high performance, low cost INS/GPS that utilizes the state-of-the-art fiber-optic gyroscope (FOG)-based inertial navigation sensor assembly with 24 channel Selective Availability Anti-Spoofing Module (SAASM) GPS. The LN-260 combines all of the latest SAASM capabilities, including enhanced Complementary Navigation Message. Responders should indicate if their support capabilities encompass LN-260 for both USAF as well as Foreign Military Sales equipment for the European Participating Air Forces consisting of Belgium, Denmark, the Netherlands, Norway, and Portugal. Respondents are advised that they must have current knowledge of the overall LN-260 EGI and technical data required to perform all associated support efforts for the LN-260. The Federal Aviation Administration (FAA), via 14 CFR Part 91, stipulates that after January 1, 2020, and unless otherwise authorized by Air Traffic Control (ATC), aircraft must have equipment installed that meets the requirements for ADS-B Out. ADS-B Out is a function of an aircraft's onboard avionics that periodically broadcasts the aircraft's state vector (3-dimensional position and 3-dimensional velocity) and other required information. For specific requirements, reference the FAA rules. Sources Sought Synopsis Only: 1. Sources Sought: Labor hour and Source Lines of Code (SLOC) estimate for upgrade to F-16 LN-260 software/firmware only (no hardware change) to meet FAA ADS-B Out requirements. The Government hereby requests a labor hour and SLOC estimate to modify the LN-260 software/firmware for integration into the F-16 Operational Flight Program (OFP). This would include a labor hour and SLOC breakout to, at a minimum: a. Upgrade LN-260 software/firmware to meet FAA ADS-B requirements. b. Cooperatively work with Government and other vendors as required to integrate LN-260 data with data from F-16 Identification Friend or Foe (IFF) systems to meet FAA ADS-B Out requirements. The Government's intent is to modify the LN-260 such that it will interface with the F-16's IFF by passing messages over the aircraft data bus and through the mission computer rather than via a direct connect between the EGI and IFF. c. Provide test assets/integration support to facilitate F-16 OFP development such that ADS-B Out capability is effectively integrated. d. Obtain all necessary FAA and Department of Defense (DoD) certifications for ADS-B Out functionality on the F-16. e. Revise applicable technical orders, flight manuals and drawings. f. Revise applicable aircrew and maintenance training to reflect upgraded LN-260 ADS-B Out capability. g. Upgrade applicable aircrew and maintenance training devices as required. h. Upgrade applicable support equipment as required. 2. Northrop Grumman has been the sole designer and manufacturer of the block 40/42/50/52 F-16 LN-260. Interested parties must submit the Contractor Capability Survey below, along with a Capabilities Document of no more than ten (10) pages total and a maximum of 3 MB, which should be brief and concise, yet clearly demonstrate the ability to meet the stated capabilities. Please include the following details: a. Scope of similar/same experience b. Teaming and/or subcontracting arrangements should be clearly delineated c. Delineate if work was in support of a Government or commercial contract d. Plan for obtaining data rights necessary to perform software/firmware modification to the LN-260 EGI3. Due to proprietary information, interested parties shall clearly explain how they intend to meet the stated requirements via teaming/subcontracting while maximizing opportunities for small business participation in accordance with FAR Part 19. 3. There is no restriction on who can respond to this SSS; however, if submitting company proprietary Information, please be sure it is clearly marked. To aid the government, please segregate Proprietary Information to the maximum extent possible. All submissions become Government Property and will not be returned. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. 4. Both small and large business should recommend small business utilization percentages as a percent of total contract value to be considered if the acquisition is not set aside for small businesses. This recommendation should include supporting rationale for the recommended percentage. Small and large businesses should also recommend any potential effort(s) that may be broken out of this requirement. 5. Estimate the SLOC, new or modified, required to accomplish the modification described above. 6. I dentify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Marketing materials are considered an insufficient response to this Sources Sought synopsis. CONTRACTOR CAPABILITY SURVEY PART I. BUSINESS INFORMATION Interested parties shall provide the following business information for your company/institution as well as for any teaming or joint venture partners: · Company/Institute Name: · Address: · Point of Contact: · CAGE Code: •· Number of Employees: •· Phone Number: •· E-mail Address: •· Web Page URL: •· Size of business pursuant to NAICS Code 334511, size standard of 750 employees: Based on the above NAICS Code and size standard above, state whether your company is: •· Small Business (Yes / No) •· Woman-Owned Small Business (WOSB) (Yes / No) •· Economically Disadvantaged Women Owned Small Business (Yes / No) •· 8(a) Certified (Yes / No) •· HUBZone Certified (Yes / No) •· Veteran Owned Small Business (Yes / No) •· Service Disabled Veteran Owned Small Business (Yes / No) *NOTE: All prospective contractors must be registered in the SAM database to be awarded a DoD contract. The NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM. Interested parties shall provide a statement as to whether the company is domestically or foreign owned (if foreign, please indicate the country of ownership). All interested parties shall submit one (1) copy of the requested information, via e-mail (maximum of 3 MB) no later than 3:00 PM EDT, 3 April, 2015 to the Contracting Officer, Sandra Witter, at sandra.witter@us.af.mil, or address: 2725 C Street, Wright-Patterson AFB, OH 45433. All questions and comments must be in writing, no telephone calls will be accepted. PART II. CAPABILITY SURVEY General Capabilities: 1. Briefly describe the capabilities of the company's facility and the nature of the goods and/or services the company can provide. Include a description of the company staff composition and management structure. 2. Describe the company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 3. Describe the company's capabilities for generating, handling, processing and storing classified material, data, and cryptology capability. 4. Identify any specific requirements that would currently preclude the Respondents' company from being a viable solution to this requirement. 5. Describe the company's proposed contract type and anticipated period of performance as it relates herein. Software/Firmware Development: 1. Describe the company's capabilities and experience in modifying existing systems' software/firmware to incorporate new capabilities. 2. Describe the company's capabilities and experience in developing/modifying software/firmware for aircraft navigation applications. Please include associated development/modification of technical orders and preparation of new technical orders. 3. Describe the company's configuration management processes Proprietary Data 1. Proprietary Information (PI) or Intellectual Property (IP) should be minimized and clearly marked: a. Segregate PI and IP information to the maximum extent practical. b. Proprietary Data Protection Agreement should be in place that would permit F-16 program office support contractors to view proprietary information. The following is a list of support contractors who will review the responses. Company Name Phone E-mail Booz Allen Hamilton Bradley Harroff 937-713-6511 Bradley.harroff.1.ctr@us.af.mil Nex One Brad Larsen 801-777-5577 brad.larsen.ctr@us.af.mil Woodbury Tech Jason Tautfest 801-775-5710 Jason.tautfest.1.ctr@us.af.mil Global Consulting International Colin Alexander 801-775-5161 Colin.alexander.3.ctr@us.af.mil 2. The U.S. Government will secure Non-Disclosure Agreements from contractors supporting AFLCMC/WW, F-16 Division as identified above. 3. Interested parties, if unwilling for the U.S. Government to release their proprietary data to support contractors, shall provide a statement detailing their position.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8615-16-C-xxxx/listing.html)
- Record
- SN03657198-W 20150305/150303234910-cd8221a24e3e389405d014fd6caeae90 (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 |