SOURCES SOUGHT
62 -- C-130 Advanced Lighting Control System
- Notice Date
- 3/16/2022 12:25:31 PM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- DLA AVIATION AT WARNER ROBINS, GA ROBINS A F B GA 31098-1813 USA
- ZIP Code
- 31098-1813
- Solicitation Number
- SPRWA1-RFI-C-130-ALCS
- Response Due
- 3/31/2022 8:59:00 PM
- Archive Date
- 04/30/2022
- Point of Contact
- Jimmy H. Hicks
- E-Mail Address
-
jimmy.hicks@us.af.mil
(jimmy.hicks@us.af.mil)
- Description
- C-130 Advanced Lighting Control System Request For Information INTRODUCTION The Government is seeking interested parties with the expertise, capability, and experience to manufacture the C-130H Advance Lighting Control System (ALCS). While the final acquisition strategy has not been determined, the tentative plan is to compete award of a four year firm fixed price, contract in 2022 for production of two ALCS components, the Lighting Control Unit, 6220-01-680-6428LG, part number 200917794 and Trim Status Panel, NSN 6220-01-680-6429LG, part number 200917813-10. Anticipated quantities for units for each component for the four years are: � � � � � � � � � � � � � � � � � � � � � � � � �FY24���� FY25�� FY26���� FY27 Lighting Control Unit� � � � � � � � � �72�������� 72������ 72�������� 11 Trim Status Panel���������������������� 36�������� 36������ 24���� ITEM DESCRIPTION The C-130H Advanced Lighting Control System provides lighting control for all flight station instrumentation lights, dome lights, and floor lights based on operator selected inputs. The flight crew can optimize lighting conditions throughout the cabin in different flying conditions by use of dimmer controls. The ALCS also allows maintenance personnel to trim and adjust the lighting in Normal and Night Vision System (NVIS) modes so the entire flight cabin lighting level is balanced. The ALCS is composed of a Trim Status Panel (TSP) and two Lighting Control Units (LCU). The TSP provides maintenance personnel with an interface for monitoring, adjusting, and troubleshooting each of the channels controlled by the ALCS as well as information on LCU power, temperature, and dimming zone settings. The LCU provides power for lighting and interfaces directly with dimmer controls. Legacy LCU and TSP were redesigned as Form, Fit, and Function replacements. Technical Data Packages (TDP) for both components were completed and provided to the Government in 2019. It is anticipated that there is some degree of obsolescence in the current TDP, and that some components may be unavailable due to supply chain limitations.� As part of the first article production/qualification process, the successful offeror will be expected to identify/propose obsolescence/component level solutions to facilitate future production of the TSP and LCU.� The TDP will be made available through this RFI. NOTE: TECHNICAL DATA PACKAGE IS EXPORT CONTROLLED. The vendor must be authorized to access Export Controlled Data: Vendor must be registered at SAM. Vender must be registered at DLA Logistics Information Service � JCP at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/ �The Joint Certification Program system is the approval authority for export control. SAM controls access to the export control attachments by interfacing with JCP. If not approved by JCP, access is denied to the export control attachments in SAM. AN APPROVED FORM DD 2345 IS REQUIRED TO GAIN ACCESS TO EXPORT CONTROLLED DATA PACKAGES. The North American Industry Classification System (NAICS) code determined for this effort is NAICS 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, 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 ON THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS POSTING IS STRICTLY VOLUNTARY. OBJECTIVES The Defense Logistics Agency (DLA) in conjunction with the 409th SCMS intends to use the information provided in response to this RFI and other market research to refine the requirement and develop acquisition strategy to procure production of the ALCS components LCU and TSP. REQUIRED CAPABILITIES/SPECIAL REQUIREMENTS DLA Aviation would like to identify companies with the capability to both resolve obsolescence/parts availability and manufacture the LCU and TSP. Full Technical Data Packages are available. BUSINESS INFORMATION Please provide the following business information for your company and for any teaming or joint venture partners: Company Name: Address: Point of Contact: CAGE Code: Phone number: E-mail Address: Web Page URL: Business Type/Size for NAICS 334511: Small Business (Yes/No) Woman Owned Small Business (Yes/No) Economically Disadvantaged Woman Owned Small Business (Yes/No) Small Disadvantaged Business (Yes/No) 8(a) Certified (Yes/No) HUB Zone Certified (Yes/No) Veteran Owned Small Business (Yes/No) Service Disabled Veteran Small Business (Yes/No) �System for Award Management Registration (Yes/No) �Is your company is domestically or foreign owned? Electronic responses only, by 31 March 2022. Please e-mail your response to Jimmy Hicks jimmy.hicks@us.af.mil DLA Contracting Officer, with copy to engineer David Bethel at david.bethel.2@us.af.mil Questions on this Request for Information should be addressed to Jimmy Hicks. CAPABILITY SURVEY QUESTIONS NOTE: All responses to the below questions will be treated as proprietary. 1. Describe your company's ability to supply the C-130H Advanced Lighting Control System Lighting Control Unit and Trim Status Panel. 2. Discuss your company's manufacturing capabilities or limitations in relation to ALCS production? -Capacity ����� -Special Processes/Equipment -Special Testing -Long Lead Items/Procurement 3. What do you envision as the implementation and execution risk associated with this effort and how would you mitigate those risks? 4. Please provide any pertinent information that you think the Government should consider regarding this effort.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1471031a23e045b1b6dfd94f579ac334/view)
- Record
- SN06269557-F 20220318/220316230100 (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 |