SOURCES SOUGHT
66 -- KC-46 Advanced Architecture Phase, Amplitude and Time Simulator (A2PATS) Maintenance Plan and Support and Spare Parts
- Notice Date
- 3/2/2022 12:51:32 PM
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- FA4452 763 ESS SCOTT AFB IL 62225-5020 USA
- ZIP Code
- 62225-5020
- Solicitation Number
- FA4452-22-A2PATS
- Response Due
- 3/4/2022 12:00:00 PM
- Point of Contact
- Victoria R. Seelhoefer, Phone: 6182569964, Lauren Luebbers, Phone: 6182290161
- E-Mail Address
-
victoria.seelhoefer@us.af.mil, lauren.luebbers@us.af.mil
(victoria.seelhoefer@us.af.mil, lauren.luebbers@us.af.mil)
- Description
- SOURCES SOUGHT ANNOUNCEMENT The 763rd Enterprise Sourcing Squadron (763 ESS) is seeking sources to determine the availability of any small, medium, or large businesses that can provide a Maintenance and Support Plan for the KC-46 Advanced Architecture Phase, Amplitude and Time Simulator (A2PATS) as well as two Synthetic Stimulus Instrument (SSI) cards and the Daughter Card Assembly (DCA) card. The A2PATS products are designed to verify that the United States and allied aircraft Electronic Warfare (EW) systems can precisely locate, identify and defend against ground-based, air-to-air and surface-to-air missile threats. The A2PATS provides pilots situational awareness of any threats located in the area they are flying in. CONTRACTING OFFICE ADDRESS:� 763d Enterprise Sourcing Solution (763 ESS) ����������������������� � ��������������������� ����������� ���Scott AFB, IL 62225 INTRODUCTION: This is a SOURCES SOUGHT to determine the availability and technical capability of large and small businesses (including the following subsets, Small Disadvantaged Businesses, HUBZone Firms; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses and Woman Owned Small Business) to provide the required products and/or services. DISCLAIMER: THIS SOURCES SOUGHT 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 OBLIGATION TO 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 THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. REQUIRED CAPABILITIES: The A2PATS products are designed to verify that United States and allied aircraft Electronic Warfare (EW) systems can precisely locate, identify and defend against ground-based, air-to-air and surface-to-air missile threats. The unique, plug-and-play architecture uses identical phase coherent, direct digital SSI as the Radio Frequency (RF) source for all signal. Specifically, the A2PATS is used to test the Mission Data Files (MDF) for MARC. When RF is injected into the EW system, the threat patterns will display on the screen of the ALR-69A Radar Warning Receiver (RW). The MARC does not have any spare SSI or DCA cards in their possession. The MARC needs these specific spare cards for the necessary testing of the Mission Data Files (MDF) should a card they are currently utilizing breaks. In order to keep the A2PATS up and running in support of the testing of the Mission Data for MAF aircraft, MARC requires a one year extended warranty to cover maintenance, troubleshooting as well as repair of the A2PATS. The intent of this Sources Sought is to assess if there are any capable manufacturers or distributors of the A2PATS system parts able to meet this requirement. SPECIAL REQUIREMENTS: �There are no special requirements at this time. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 334515, Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, with the corresponding size standard of 750 employees.� To assist 763 ESS in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or �partnering to meet each of the requirements areas contained herein. �This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies.� You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications.� Responses must demonstrate the company�s ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). � SUBMISSION DETAILS: Responses should include: Business name and address; Name of company representative, business title and email; Large or Small Business Size and Type of Small Business (if applicable); Cage Code; DUNS Number; Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle.� (This information is for market research only and does not preclude your company from responding to this notice.) Please provide any questions or concerns you have on the requirement specifications and/or NAICS code provided.� Interested businesses should submit a brief capabilities statement package demonstrating ability to provide the requested products and services.� �� Vendors who wish to respond to this should send responses via email NLT 2:00 PM Central Daylight Time (EDT) on 04 March 2022 to lauren.thoele@us.af.mil and victoria.seelhoefer@us.af.mil. � Proprietary information and trade secrets, if any, must be clearly marked on all materials.� All information received that is marked Proprietary will be handled accordingly.� Please be advised that all submissions become Government property and will not be returned.� All government and contractor personal reviewing sources sought responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. �The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9e5e2bee05d448639b8273d5ba590b48/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06255648-F 20220304/220303211716 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |