MODIFICATION
58 -- Non-Developmental Personnel Locator Beacon
- Notice Date
- 11/23/2015
- Notice Type
- Modification/Amendment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment 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
- WNUK-16-002
- Archive Date
- 12/17/2015
- Point of Contact
- Elizabeth L. Roach, Phone: 9379383805, Lance Sorensen, Phone: 937-904-3488
- E-Mail Address
-
elizabeth.roach.2@us.af.mil, lance.sorensen@us.af.mil
(elizabeth.roach.2@us.af.mil, lance.sorensen@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Question from industry: We are in receipt of Sources Sought Number WNUK-16-002. The USAF already has our... beacons and responses from the previous RFI and RFP. In order to move forward, is the USAF expecting a response from [contractor]? Response from government: The Government would like a response notifying how you will meet the revised requirements which are bolded within the sources sought. In summary the revised requirements are listed below: -The 121.5 and 243.0 MHz swept tone will be capable of being received LOS by an aircraft flying at 10,000 ft. AGL, 30 nautical miles away. -The minimum system reliability shall be no less than 90% during its service life (threshold); 99.5% (objective). -The MTTR of the repairable system components shall be 1.0 hr. -Production capability to deliver 3,229 beacons no later than 7 months after contract award. This production capability does not include the 48 beacons for Operational Testing. -Production capability to deliver 11,353 beacons no later than 18 months after contract award. This production capability does not include the 48 or 3,229 beacons from the previous requirements. The following additional item will be required at the time of proposal in order for the proposal to be considered responsive (see full list of items required in order for proposal to be responsive in Sources Sought on page 4): -Submission of a COSPAS-SARSAT Certification or letter of compliance for the system proposed and data from properly executed COSPAS-SARSAT testing for the letter of compliance at proposal. Submission of the above information will be included in our market research and will be used by the Government for Acquisition Planning.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/WNUK-16-002/listing.html)
- Place of Performance
- Address: See Attached Sources Sought, Dayton, Ohio, United States
- Record
- SN03952850-W 20151125/151123234512-d3a6be45e0d14bae9a3f19b23a845f02 (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 |