SOURCES SOUGHT
16 -- E-3 Main Cabin Lighting & Emergency Lighting System Investigation - Performance Work Statement
- Notice Date
- 1/21/2016
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Solicitation Number
- E-3_Awacs_Main_Cabin_Lighting
- Archive Date
- 3/8/2016
- Point of Contact
- Juan C. Escobar, Phone: 4056227264
- E-Mail Address
-
juan.escobar@us.af.mil
(juan.escobar@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement For the Main Cabin Lighting & Emergency Lighting System Investigation E-3 AWACS Main Cabin Lighting & Emergency Lighting System Investigation Solicitation Number: TBD Agency: Department of the Air Force Office: Air Force Life Cycle Management Center (AFLCMC) Location: E-3 AWACS Division, Tinker AFB, Oklahoma 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 in support of market research being conducted by the Air Force to identify capable potential sources. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is: a) 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing; and/or b) 336413 - Other Aircraft Parts and Auxiliary Equipment manufacturing. Contractors responding to this Sources Sought Synopsis shall submit the following information electronically no later than 22 February 2016, 4:00 p.m. CST. INSTRUCTIONS FOR RESPONSE: Responses must include the following: name and address of firm, telephone numbers and email address, capabilities related to the task areas below, business size by NAICS code, average annual revenue for past 3 years and number of employees; ownership; whether they are a large business or a small business such as small disadvantaged, 8(a), HUBZone, veteran owned, woman-owned, etc., number of years in business; affiliate information: parent company, joint venture partners; intent to participate in the any potential acquisition as a prime offertor; list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). There is no page limitation however please limit pages to the minimum amount and submit on 8 1/2 by 11 paper and no smaller than 10 point font. In addition, respondents are requested to provide commercial pamphlets, operating or maintenance manuals. Electronic access to the requested information is acceptable. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their responses. This Sources Sought 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 neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Request for Information. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. The Government will evaluate the information provided, include it in our market research, and use it as needed during the development of any further procurement action. In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work required by the Government. ATTENTION: Contractor must be registered with System for Award Management (SAM) to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. SYNOPSIS: Air Force Life Cycle Management Center anticipates a contract requirement to provide a Main Cabin Lighting & Emergency Lighting System Investigation design solution to the Air Force Life Cycle Management Center, E-3 AWACS SPO, Tinker AFB Oklahoma. The contractor shall provide engineering services to AFLCMC/HBS, E-3 Airborne Warning and Control, System (AWACS) Division, AFLCMC/HBSD, hereafter referred to as "AFLCMC/HBS" or "the Government". Additionally, AFLCMC/HBSD will be the focal point for USAF support on this contract. BACKGROUND: The USAF E-3 aircraft interior main cabin lighting system is experiencing Diminishing Manufacturing Sources (DMS), which requires a cost effective solution. The contractor shall provide to the Government, a main cabin & emergency lighting system replacement design solution for the USAF E-3 aircraft. To accomplish this, the contractor shall provide engineering services to perform an analysis of the main cabin lighting & emergency lighting system, develop a prototype kit, and provide a design solution capable of normal operation & variable dimming, which complies with Mil-Std-1472G Department of Defense Design Criteria Standard Human Engineering, for the USAF E-3 aircraft. MAIN CABIN NORMAL LIGHTING SYSTEM: The main cabin normal lighting system includes both general and special lights, each with its own controls. The lights, both fluorescent and incandescent, provide direct lighting. The controls consist of toggle switches and dimmers. The dimmers, which control the level of lighting, are cylindrically-shaped variable transformers with integral on-off power switches. General lighting includes dimmable main overhead fluorescent lighting, nondimmable main overhead incandescent lighting, forward area lighting, aft area lighting, and aisle lighting. Interior aircraft fluorescent lighting system will operate normally when cabin temperature is raised to approximately 20°F. DIMMABLE MAIN OVERHEAD FLUORESCENT LIGHTS: Dimmable main overhead fluorescent lights provide the primary lighting from aircraft station location 420 to station 1080. There are twenty-eight of these lights each of which consists of two 48-inch long fluorescent lamps, a dimming ballast and a special lens to reduce glare on CRTs and other glass-like surfaces. The fluorescent lights are divided into three control zones with a dimmer for each zone. The forward zone dimmer on the P66 circuit breaker panel operates the four lights forward of station 600. The midzone dimmer on the P67 circuit breaker panel operates the twelve lights between station 600 and station 780. The aft zone dimmer on the P67 circuit breaker panel operates the twelve lights aft of station 780. The contractor shall determine a replacement for, the lighting Ballast, Part # 1278-1 (204-40310-1) NSN 6250-01-022-5868, the Fluorescent Light Dome - Part # 10-0728-1 (204-40309-1) NSN 6220-01-020-6592, and the Fluorescent Light - Part # F40/SPEC41/ALTO-1 (F40CW) NSN 6220-01-020-6592. NONDIMMABLE MAIN OVERHEAD INCANDESCENT LIGHTS: The nondimmable main overhead incandescent lights provide secondary lighting during a cold soak condition when the fluorescent lamps may be inoperative or during a failure of the fluorescent lighting. In addition, these lights provide high level emergency lighting. There are thirty-one of these incandescent fixtures located between or at the ends of the fluorescent lights and covering the same general area. Each incandescent light contains four lamps of which three are used for the secondary lighting. The fourth lamp is used for the high level emergency lighting. The secondary lighting is divided into two control zones. An on-off switch on the P66 circuit breaker panel operates the secondary lights forward of station 580. A second on-off switch on the P67 circuit breaker panel controls the remaining secondary lights. The contractor shall determine a replacement for the Incandescent Light Dome, Part # 10-0729-1(204-40309-4) NSN 6220-01-019-0499, and Incandescent Light Part # 2233, NSN 6240-01-015-6207. The contractor shall determine the feasibility of replacing all main cabin lighting & emergency lighting associated aircraft wiring, circuit breakers and variable control switches in the main cabin lighting system design cost effective solution. The Capability Statement shall succinctly address the following six items to demonstrate the contractor's capability to perform the requirements based on the attached Performance Work Statement: (1) The contractor's ability to manage, as prime contractor, the types and magnitude of tasking in the PWS; and (2) The contractor's technical ability, or potential approach to achieving technical ability, to perform at least 50% of the cost of the MAC task order incurred for personnel with its own employees; and (3) The contractor's capacity or potential approach to achieving capacity, to conduct the requirements of the PWS. For the purposes of this Capability Statement, capacity shall refer to matters such as the magnitude of the tasking, the amount of equipment or facilities involved, and the size of the staff needed; and (4) The contractor's ability to effectively manage multiple subcontractors in order to conduct all of the remaining requirements of the PWS that will not be performed with its own employees; and (5) The contractor's ability to support a multi-site workforce; and (6) The contractor's ability to have the technical data available either by reverse engineering all associated parts or leases the data from the OEM. Demonstrated ability to manage, technical ability and capacity may include citing (using contract and/or Task Order Number) and describing the same or similar relevant performance but does not limit the interested contractor's approach to demonstrate capability. NOTE: Only information provided in the written Capability Statement shall be considered. DISCLAIMER: THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATIONTO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THESE SOURCES SOUGHT NOTICE IS STRICTLY VOLUNTARY.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/E-3_Awacs_Main_Cabin_Lighting/listing.html)
- Place of Performance
- Address: E-3 AWACS Division, Tinker AFB, Oklahoma, Oklahoma City, Oklahoma, 73145, United States
- Zip Code: 73145
- Zip Code: 73145
- Record
- SN03997311-W 20160123/160121234238-6c7b8598b03bb8215a8a9da7abe5d359 (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 |