SOURCES SOUGHT
70 -- Sensor Integration Engine Software for USAF F-16 Aircraft - FA8232-18-R-3015
- Notice Date
- 5/11/2018
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8232-18-R-3015
- Archive Date
- 12/31/2020
- Point of Contact
- Laurie Auernig, Phone: 8015863442, Alan P. Davis, Phone: (801) 777-0204
- E-Mail Address
-
laurie.auernig@us.af.mil, alan.davis.9@us.af.mil
(laurie.auernig@us.af.mil, alan.davis.9@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- •1. SYNOPSIS •1.1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. •1.2. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) code is 541511, which has a corresponding size standard of $27.5M. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUB-Zone, and Woman-Owned small business concerns. The Government requests that interested parties respond to this notice and identify your small business status in relation to the aforementioned NAICS code, if applicable. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers within the past three years. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime contractor and the work that will be accomplished by the teaming partners. The Government will use this information for acquisition planning purposes. •2. DETAILS •2.1. Operational realities of both onboard sensors and the environmental Radio Frequency (RF) landscape have evolved over the life of the F-16, such that the traditional approach to RF compatibility has become obsolete. •2.2. The F-16 System Program Office (SPO) has identified a need to replace the legacy RF blanking scheme with true sensor integration. The software component of this capability is known as the Sensor Integration Engine (SIE) and will be hosted on a new Sensor Integration Unit (SIU) subsystem Line Replaceable Unit (LRU) that replaces the legacy Interference Blanker and Advanced Interference Blanker. The F-16 SPO is seeking sources to provide this advanced software solution. •2.3. Note: Foreign participation in the subject requirement will not be permitted. •3. RESPONSES •3.1. When responding, please include information regarding the following items: •3.1.1. Company name, address, and CAGE code •3.1.2. Point of contact information (phone number and email address) •3.1.3. Business classification (e.g. large or small, 8(a), woman-owned, etc.) •3.1.4. Proposed alternative NAICS code if another code other than the one specified above is deemed to be more appropriate. Please provide supporting rationale. •3.1.5. Is your firm capable of handling and processing classified information? •3.1.6. Would your company operate as a prime contractor? If so, provide proof of concurrence from subcontractors regarding their willingness and ability to provide the required products specified above. •3.1.7. What is the lead time for task performance? •3.1.8. What is your experience with tight integration of disparate sophisticated sensors? Please describe, to include the types of sensors. •3.1.9. Please provide a rough cost estimate for the task described if possible. •3.1.10. How do you intend to meet the requirements in the attached SIE Capabilities Document? •4. The Government does not intend to award a contract on the basis of this Sources Sought Synopsis or to otherwise pay for the information requested. The information provided is considered market research and may be utilized by the USAF in developing its acquisition strategy, Statement of Objectives, and Performance Specifications. 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 Sources Sought Synopsis does not commit the Government to contract for any supply or service whatsoever; furthermore, the Government is 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 synopsis. All costs associated with responding to this synopsis will be solely at the responding party's expense. The Government requests that non-proprietary information be submitted in response; 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. •5. Interested parties should email a response to the Contract Negotiator, Laurie Auernig at laurie.auernig@us.af.mil and Contracting Officer, Alan Davis, at alan.davis.9@us.af.mil no later than the Response Date and Time specified above. Email responses are required.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8232-18-R-3015/listing.html)
- Place of Performance
- Address: Work will be performed primarily at the contractor's facility, United States
- Record
- SN04920215-W 20180513/180511231034-2e8f9ea327e7a0e7cd3abbe6268de25b (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 |