Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2017 FBO #5581
MODIFICATION

58 -- Solid State Module Replacement (SSM-R) for Ballistic Missile Early Warning System (BMEWS) and Precision Acquisition Vehicle Entry (PAVE) Phase Array Warning System (PAWS) (BMEWS/PAVE PAWS) (BPP)

Notice Date
3/3/2017
 
Notice Type
Modification/Amendment
 
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/HB - Hanscom, 11 Barksdale Ave Bldg 1614, Hanscom Air Force Base, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8723-17-R-0003
 
Archive Date
12/28/2016
 
Point of Contact
James E. Lovely, Phone: 7195566268, Andrea L. Pitt, Phone: 7195563493
 
E-Mail Address
james.lovely.1@us.af.mil, andrea.pitt@us.af.mil
(james.lovely.1@us.af.mil, andrea.pitt@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government requires additional information from industry regarding the Solid State Module Replacement Sources Sought. Please answer the following questions: 1. The Government is interested in a warranty period sufficient to ensure Mean Time Between Failure (MTBF) projections are accurate, and time to allow the Depot to stand up. With these factors in mind, the Government seeks industry recommendations regarding a warranty period. 2. The Government projects needing 40 units for performance qualification testing, and 128 units to satisfy the lot consistency requirement. Can the first 40 units also be used for lot testing (i.e. is there sufficient confidence that the design is mature enough to use the qualification units for lot testing as well)? 3. What is the contractor-recommended contract type for Low Rate Initial Production (LRIP, 142 units)? 4. The Government is exploring the viability of priced annual production options that would encompass the maximum anticipated production run required to satisfy all potential radar upgrade requirements. How many years (maximum) do you project that guaranteed pricing could be provided? Note, the price need not be the same year-to-year. Submit your responses to the questions above via email in a PDF or an MS Office compatible electronic format to James Lovely, Contract Specialist, at 850ELSG.PK.Workflow.PAFB@us.af.mil. Response information shall contain only ONE electronic file, no larger than 5 megabytes (MB) in size that answers the four additional questions to the original Sources Sought and the following: 1) Company name, mailing address/website, location of facilities, CAGE Code, North Industry Classification System (NAICS) number(s), business size and any eligibility under the U.S. Government socio-economic programs and preference, and point of contact to include telephone number(s) and email address. Specify if responding concern is a U.S. or foreign-owned firm. 2) Responses provided to the additional questions should be less than 10 pages total using no smaller than 12 point type and double spaced with 1-inch margin. Multiple electronic submissions to avoid the 5 MB size limitation will not be allowed. Any response submitted by respondents to this Sources Sought constitutes consent for their submission to be reviewed by Government personnel, Federally Funded Research and Development Center (FFRDC) employees and Advisory & Assistance Services (A&AS) contractor employees supporting AFLCMC/HBQ, unless the respondent clearly objects in writing to the release of this information to FFRDC contractor employees and A&AS contractor employees supporting AFLCMC/HBQR, in a cover letter accompanying your Sources Sought Response Package. The information received will assist in formulating an acquisition strategy decision. Responses are due no later than 13 March 2017, 4:00 pm Mountain Standard Time (MST), however, earlier submissions of responses are highly desirable. Responses received after this date and time may not be reviewed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7d6ef6cdb2ab735b8ee1b5823e5261de)
 
Record
SN04422470-W 20170305/170303234711-7d6ef6cdb2ab735b8ee1b5823e5261de (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.