SOURCES SOUGHT
16 -- International Maritime Satellite (INMARSAT) or Iridium Satellite Communications (SATCOM)
- Notice Date
- 4/10/2017
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft 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
- INMARSAT_SATCOM
- Archive Date
- 5/10/2018
- Point of Contact
- Ryan Boudreau,
- E-Mail Address
-
ryan.boudreau@us.af.mil
(ryan.boudreau@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- NAICS: 336411 Aircraft conversions (i.e., major modifications to system) SIC: 3728 Aircraft parts and equipment REQUEST FOR INFORMATION This is a Request for Information (RFI) for market research purposes issued by the C/KC-135 Contracting Branch, AFLCMC/WKK at Tinker Air Force Base (TAFB). The United States Air Force (USAF) is requesting information on International Maritime Satellite (INMARSAT) or Iridium Satellite Communications (SATCOM) equipment that could provide viable SATCOM flight safety services through the year 2040. PURPOSE The purpose of this request for information (RFI) is to solicit information on procurement and long term sustainment costs associated with various Aircraft Earth Station (AES) equipment options that provide global SATCOM capabilities for Controller Pilot Data Link Communications (CPDLC) and Aircraft Communications Addressing and Reporting System (ACARS) Beyond Line of Sight (BLOS) voice and data messages. This RFI is requesting information on equipage only. The government has a separate contract for satellite services, which is unrelated to this RFI. BACKGROUND The C/KC-135 aircraft program office is planning to replace the current INMARSAT Aero-I flight safety services capability with a modern SATCOM system with global coverage capability beginning in the 2018-2019 timeframe on its fleet of 398 aircraft. It is the intent of this RFI to determine cost effectiveness of various equipment sets to execute this modification. Current Capabilities: The C/KC-135 system is capable of transmitting and receiving voice and data over the INMARSAT network using CPDLC and ACARS communication services for reporting of aircraft status, position, departure time, arrival time, and flight delay time. AES Class 3: 1. SRT-2000, NSN 5895-01-507-3889, P/N 822-1346-001 - Provides the functions of a satellite data unit (SDU), Radio Frequency Unit (RFU), High Power Amplifier (HPA), and Beam Steering Unit (ARINC 741 BSU) 2. Intermediate Gain Antenna IGA-2000, NSN 5985-01-484-1767, P/N 822-1369-001 - Contains the LNA/Diplexer - Dimensions: 28.0" (L) X 2.9" (H) X 12.25" (W) Note: If proposing an INMARSAT solution the replacement SATCOM antenna with similar physical size dimensions and mounting footprint as the existing IGA-2000 antenna is preferred. 3. Communications Management Unit (CMU-900), P/N 822-1239-151 - Functions as the communication voice and data router of the SATCOM AES APPLICABLE GUIDANCE DOCUMENTS TSO-C144TSO-C159cTSO-C132aTSO-C177 AC 20-150BAC 20-160AC 120-70RTCA DO-305 RTCA DO-306RTCA DO-262BRTCA DO-160GRTCA DO-262 RTCA DO-270RTCA DO-258ARTCA DO-290RTCA DO-264 RTCA DO-178C DEFINITION OF TERMS: 1. Group‐A equipment would be those items that the respondent deems are not easily removed. Examples of "group‐A" are: electrical wiring, mounts, attachments, and other items that would be required to accommodate the system "group‐B equipment". 2. Group‐B equipment would be those items the respondent deems could be easily rotated between aircraft and are generally high costs items. 3. Non-Recurring Engineering one-time cost to research, develop, design and test a product, system, integration, hardware, and/or software. 4. Recurring costs are those costs in evolved with producing a single modified end item (Group-A, group-B, installation labor, and installation consumable materials). THIS IS A REQUEST FOR INFORMATION ONLY This RFI is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, we are not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. The Government requests that non-proprietary information be submitted in response to this RFI. However, should proprietary information be submitted, it should be marked "PROPRIETARY", and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. RESPONSE Respondents may propose any number of commercial products that can provide equal or better SATCOM capability with a best value solution for reducing procurement and operational support costs. Respondents should state whether their equipment is currently in use on commercial or military aircraft providing aircraft type and quantity. Respondents should state the current equipment reliability data (i.e., mean time between repair/failure/removal and average repair cost). In addition, respondents should indication if their solution set could provide secure, protected, or encrypted communications by stating type of security scheme or encryption type used. To assist in determining integration scope respondents should provide equipment interfaces standards used by their equipment (i.e. ARINC, RS, ISO, etc.). The information provided may be used by the USAF to consider planning, program phasing and tailored technical requirements. Respondent's inputs should not be restrictive or proprietary if possible. Although the identification of contributing companies will not be divulged outside the Government, the Government reserves the right to use in whole or part any industry information that is received as a result of this RFI. Respondent's participation in the RFI will not affect their company's position during any solicitation, nor will this RFI be used as criteria for the prequalification of respondents for future solicitations. This RFI is an expression of interest only and does not obligate the USAF to pay any proposal preparation and prototype costs or to award any contracts, grants, cooperative agreements, or other transactions. Respondents are advised that only an Air Force Contracting Officer is legally authorized to commit the Government to the obligation of funds. SCHEDULE ESTIMATES Respondents should propose a schedule based on days after receipt of award showing programmatic milestones and engineering milestones based on corporate processes. COST ESTIMATES Proprietary cost information may be provided as a separate document appropriately marked from the response as described above. Respondents should provide cost estimates categorized as follows: •Non recurring engineering •Recurring costs: oGroup A per unit kit price to include free on board (FOB) destination, assume TAFB, Oklahoma City, OK as the destination. oGroup B per unit kit price to include free on board (FOB) destination, assume TAFB, Oklahoma City, OK as the destination oInstallation labor (estimated hours and cost) oInstallation consumable materials cost Interested and/or potential small business offerors are requested and encouraged to submit responses to the questions below under the Market Survey/Questionnaire, not later than 4:30 P.M. Central Time on 8 May 2017. No extension will be granted. **All correspondence resulting from this RFI shall be sent to ryan.boudreau@us.af.mil. Please submit all questions in writing to Ryan Boudreau at ryan.boudreau@us.af.mil. Only email responses will be accepted.** Vendor responses to this RFI shall address the following information in accordance with the above: •Is equipment currently in use on commercial or military aircraft, or both? Provide aircraft type and quantity. •Provide current equipment reliability data (i.e., mean time between repair/failure/removal and average repair cost). •Indicate if solution set can provide secure, protected, or encrypted communications by stating type of security scheme or encryption type used. •Provide equipment interfaces standards used by equipment (i.e. ARINC, RS, ISO, etc.). •Provide a schedule based on days after receipt of award showing programmatic milestones and engineering milestones based on corporate processes. •Provide cost estimates as outlined above under "COST ESTIMATES" •Include any other information deemed pertinent. All responses must include: Entity Name: _________________________________ Name of point of contact: ____________________________ Phone number: ___________________________________ Email address: ____________________________________ CAGE CODE: ______________________ DUNS NUMBER: ____________________ BUSINESS SIZE: ____________________ SAM/CCR Registered? Y/N If you are a small business as defined by the Small Business Administration include small business certification(s) under NAICS Code 336411, identify if 8(a), HUBZone, Service Disabled Veteran Owned Small Business (SDVOSB), Small Disadvantaged Business, or, as applicable based on NAICS, Economically Disadvantaged Women-Owned Small Business (EDWOSB)/ Women Owned Small Business (WOSB) Contracting Office Address: AFLCMC/WKK Legacy Tankers 3001 Staff Dr. STE 2AI/85A Tinker AFB OK 73145-3020 Primary Point of Contact: Ryan Boudreau Contract Negotiator Email: ryan.boudreau@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/INMARSAT_SATCOM/listing.html)
- Record
- SN04466480-W 20170412/170410235916-c1affed37b4ba1940cda29dbf3ae7d03 (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 |