SOURCES SOUGHT
59 -- Test Adapter Unit Power Supply - Sources Sought Synopsis
- Notice Date
- 10/4/2018
- Notice Type
- Sources Sought
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- 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
- FA8224-19-SSS-6753
- Archive Date
- 11/3/2018
- Point of Contact
- Summerlin M. Gee, Phone: 8017754372, Andrea Bean, Phone: 8017770166
- E-Mail Address
-
summerlin.gee@us.af.mil, andrea.bean.1@us.af.mil
(summerlin.gee@us.af.mil, andrea.bean.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Synopsis SOURCES SOUGHT SYNOPSIS: Sources Sought Number: Notice Type: FA8224-19-SSS-6753 Sources Sought Synopsis: NOTICE: This is not a solicitation but rather a Sources Sought to determine potential sources for information and planning purposes only. •1- The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, 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 335999, with a corresponding size standard of 500 employees. The contractor shall ensure that all applicable Commercial-Off-The-Shelf (COTS) IA and IA- enabled products comply with AFI 33-200, Information Assurance. Some of these products must be Committee on National Security Systems Policy 11 (CNSSP-11) compliant, requiring them to be validated by accredited labs under the National Information Assurance Partnership (NIAP) Common Criteria Evaluation and Validation Scheme or National Institute of Standards and Technology (NIST) Federal Information Processing Standards (FIPS) Cryptographic Module Validation Program (CMVP) as identified in the sections below. The Government will use this information to determine the best acquisition strategy for this procurement. •2- The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar support offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Program Details: 520/SMXG is required to replace Common Munitions BIT Reprogramming Equipment (CMBRE) with CMBRE Service Life Extension Program (SLEP). The Test Adapter Unit (TAU) is an integral part of SLEP and is being re-designed. The TAU supplies power to the munition. It accepts 3 phase 120 Volt 400 Hertz power. It checks the incoming power for the proper voltage, phase and frequency. In order to make sure the new TAU design works properly we need a power supply that will allow us to change each of these parameters (voltage, phase and frequency) independently. With this power supply we can then test the new TAU design. The TAU is required to supply up to 10.5 Amps to the munition. This is also a part of the TAU testing since it can detect currents going to the munition that are excessive. Line Item Part Description Qty Unit 1 320ASX-UPC3 (Option M99219) A 2kVA, Solid State AC Power Source 1 2 360ASXT-UPC3 (Option M99219) A 6kVA, Solid State AC Power Source 1 3 Test Manager License Software to control the power sources 2 4 MIL STD 704F Test Sequences provided for DoD MIL-STD 704, Revision F, Dated March 2004, Aircraft Electrical Power Characteristics 2 5 3U Transit Case A ruggedized, portable rack mount and light weight transit case for use with 2kVA power source 1 This is a Brand Name or Equal requirement. Equal options to the brand name mentioned will be evaluated against the Essential Salient Characteristics below. The Brand Name item the government has determined to be technically acceptable is Pacific Power Source. Any and all "Equal" offers received from this sources sought will be evaluated to determine technical acceptability. In order to be technically acceptable, all equal items must meet the following Essential Salient Characteristics: Pacific Power Supply Model # 320ASX-UPC3 Controllable via RS232 Accepts single phase input voltages of 100, 110, 120, 200, 220, 240VAC @ 47-63Hz Outputs from 0-150V @ 15-1200Hz on 1, 2 or 3 Phases under program control Option M99219: Fully integrated, ''turn-key'' AC power system converts incoming 50/60 Hz power into the MIL-STD-704E value of 3ø, 115 V, 400 Hz upon power up Pacific Power Supply Model # 360ASXT-UPC3 Controllable via RS232 Accepts three phase input voltages of: 208, 220, 240, 380, 416VAC @ 47-63Hz Outputs from 0-132V @ 15-1200Hz on 1, 2 or 3 Phases under program control Option M99219: Fully integrated, ''turn-key'' AC power system that converts incoming 50/60 Hz power into the MIL-STD-704E value of 3ø, 115 V, 400 Hz upon power up Test Manager License Can create, open, and edit output test sequences MIL-STD 704F Must include the tests for AC Power groups SAC, SVF, SXF for Single phase equipment and TAC, TVF for Three phase equipment at 115V nominal 3U Transit Case Provides shock and vibration isolation system to protect the unit in transit Includes wheels for mobility The information in this notice is based on the best and most current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements and posted electronically on the Federal Business opportunities homepage at www.fbo.gov. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! The Government is interested in all small businesses including 8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The Government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar support offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. The Government will use this information in determining its small business set-aside decision. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). Commodity Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. Please provide the GSA contract number applicable to this requirement. Responses may be submitted electronically to the following e-mail address: summerlin.gee@us.af.mil andrea.bean.1@us.af.mil RESPONSES ARE DUE NO LATER THAN: 3:00 pm Mountain Time, October 18, 2018
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-19-SSS-6753/listing.html)
- Place of Performance
- Address: 7278 4th St Bldg 100, Hill AFB, Utah, 84056, United States
- Zip Code: 84056
- Zip Code: 84056
- Record
- SN05116074-W 20181006/181004230935-bd885825ae4bfdc8a7410d17174fb913 (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 |