Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
SOURCES SOUGHT

59 -- Electronic Warfare Test Kit

Notice Date
7/28/2015
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Material Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-15-R-0125-SS
 
Archive Date
8/25/2015
 
Point of Contact
Julie G. Hansen, Phone: 9375224594, Gregory L. Orlando, Phone: 9375224575
 
E-Mail Address
julie.hansen.1@us.af.mil, gregory.orlando@us.af.mil
(julie.hansen.1@us.af.mil, gregory.orlando@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Electronic Warfare Test Kit This is a Sources Sought Synopsis; there is no solicitation available. Requests for a solicitation will not receive a response. This Sources Sought Synopsis is published for market research purposes. This market research will be used to help determine if this may be a competitive acquisition, or if a set-aside for any small business program is appropriate (Small Business, 8(a), HUBZone, Service-Disabled Veteran Owned (SDVO), small businesses). Please review this announcement, including all attachments, in their entirety. Request interested parties complete and return a Capabilities Statement that describes the comparable product and the ability to meet the "Requirements" described below to identify firms who possess the capability to provide Electronic Warfare Test Kits. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. The Operational Contracting Branch, Technology Support Acquisition Section (AFLCMC/PZIOAA) is seeking potential sources, including small business sources. In addition to the information requested in the paragraph below entitled "Capabilities package" responding parties must also indicate their size status in relation to the applicable North American Industry Classification System (NAICS) code assigned to this effort, 334419 - Other Electronic Component Manufacturing with a Size Standard of 750 employees. Include in your response all socio-economic categories for which you qualify (Small Business (SB), Small Disadvantaged Business (SDB), 8(a), Veteran-Owned (VO), SDVO, Women-Owned (WO), Economically-Disadvantaged Women-Owned (EDWO) and HUBZone small businesses). Instructions: 1. The information below provides a "Program Description Requirements" and a "Contractor Capability Survey", which allows you to document your company's capabilities in meeting these requirements. 2. If, after reviewing these documents, you desire to participate in the market research, please complete and return the Contractor Capability Survey below. Response format and due date information is specified at the bottom portion of this notice. Failure to provide a complete response may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Information feedback sessions may be offered to respondents after the sources sought assessments are complete. Program Description Requirements: Requirements for 1 (one) Electronic Warfare (EW) Test Set 1.0 Background The Air Force Research Laboratory (AFRL) researches and develops EW technology including advanced digital receivers and jammers. Hardware prototypes are built and tested in the laboratory and the field. In order to trouble shoot and verify designs, AFRL requires a laboratory test capability that can stimulate the prototypes under test with realistic emitter waveforms, record their response and analyze the performance. 2.0 Key Performance Parameters 2.1 RF Coverage. 50 MHz to 18 GHz 2.2 Instantaneous Bandwidth. 400 MHz minimum 2.3 Signal Environment Generation and Record Time. 20 Second minimum 2.4 System Size. The EW test set shall fit within a standard 24U 19" rack. 3.0 Functional Requirements. 3.1 Simultaneous Signal Generation and Response Signal Capture. The test set shall have the capability to generate the types of waveforms described in section 3.2 below while simultaneously recording the response from a jammer under test. The stimulus and response waveforms shall be time synchronized and stored for future analysis. 3.2 Signal Environment Generation. The test set shall include an automated software tool to create a wide range of realistic radar and background emitters. The ability to vary emitter parameters and behaviors over a wide range of values is required. Typical radar parameters include pulse width (PW), pulse repetition interval (PRI), phase and frequency modulations and center frequency. The test set shall be able to generate phase and frequency modulations with instantaneous bandwidths up to 400 MHz. Common behaviors include scan patterns/revisit times, beam dwell lengths, coherent processing interval (CPI) lengths, PRI patterns and frequency agility behavior. The test shall be able to generate an emitter with frequency agility over a 400 MHz bandwidth. In addition to pulsed radar waveforms, the test set shall have the capability to generate continuous wave (CW) emitters and other commercial background emitters with amplitude, frequency and/or advanced digital phase modulations. The system shall generate a minimum of 8 simultaneous signals. 3.3 Signal Analysis. The test set shall have the capability to analyze the raw digitized data captured from both the stimulus and the response individually and simultaneously. The signal analysis tool shall allow the user to examine both spectral and temporal behavior. It shall have the capability to generate the signal's amplitude envelope and phase and frequency responses as a function of time. In addition, the test set shall be able to generate and display standard pulse measurements such as amplitude, time of arrival, pulse width and center frequency. The test set shall have an open data format to transfer both the stimulus and response waveforms to other tools such as MATLAB for analysis. At this time the following non-commercial clauses are being considered for inclusion in the solicitation package: FAR 52.203-3, Gratuities FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-25, Affirmative Action Compliance FAR 52.228-5, Insurance - Work on a Government Installation FAR 52.229-3, Federal, State, and Local Taxes FAR 52.233-2, Service Protest FAR 52.242-13, Bankruptcy FAR 52.247-34, F.O.B. Destination FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-5, Authorized Deviations in Provisions FAR 52.252-6, Authorized Deviations in Clause DFARS 252-209-7002, Disclosure of Ownership or Control by a Foreign Government DFARS 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country DFARS 252.225-7002, Qualifying Country Sources as Subcontractors AFFARS 5352.201-9101, Ombudsman AFFARS 5352.223-9000, Elimination of Class I Ozone Depleting Substances AFFARS 5352.223-9001, Health and Safety on Government Installation Contractor Capability Survey: Part I. Business Information: Please provide the following business information for your firm:  Company/Institute Name:  Address:  Point of Contact:  CAGE Code:  Phone Number:  Email Address:  Web Page URL: Based on North American Industry Classification System (NAICS) code: 334419 - Other Electronic Component Manufacturing, 750 employees, please circle Yes or No whether your company is:  Small Business (Yes / No)  Small Disadvantaged 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)  Women-Owned (WO) (Yes / No)  Economically Disadvantaged Women-Owned Small Business (Yes / No)  Please provide a statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).  Please indicate any contemplated use of foreign national employees on this effort.  Indicate if you are the manufacturer or provide the name and size of the manufacturer of the product(s) you will be supplying.  Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104.  Please provide information about the firm's standard warranty.  Please provide recent sales history to commercial companies in order to determine commerciality.  Please provide a statement to acceptability of the following proposed provisions and clauses, as they are determined to be consistent with customary commercial practice. Part II. Capability Survey Questions: 1. Describe briefly the capabilities of your facility and the nature of the services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract number and date, a brief description, agency/organization supported, and point of contact name and telephone number. 3. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? 4. Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. All interested firms shall submit a response demonstrating their capabilities to provide the requested items to the primary point of contact listed below. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought synopsis is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. The decision to solicit for a contract shall be solely within the Government's discretion. Response Format Instructions: All interested firms shall submit a Contractor Capabilities Survey (as outlined above) that explicitly demonstrates company capabilities. Responses are limited to 10 pages and may be submitted electronically to the following e-mail address: julie.hansen.1@us.af.mil in a Microsoft Word compatible format or mailed to AFLCMC/PZIOA POC: TSgt Julie Hansen, 1940 Allbrook Drive, Room 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 12:00 p.m. EST, Monday the 10th of August 2015. Direct all questions concerning this acquisition to TSgt Julie Hansen at julie.hansen.1@us.af.mil or 937-522-4594. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "Electronic Warfare Test Set" If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB. Filters are designed to delete emails without subject lines or with suspicious subject lines or contents. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to email. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), etc.).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-15-R-0125-SS/listing.html)
 
Place of Performance
Address: 2241 Avionics Blvd, Bldg 620, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN03814051-W 20150730/150729000452-2415036eb0828b9f823ba8abf710dbe0 (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.