SOURCES SOUGHT
99 -- Lightweight Airborne Recovery System (LARS) Software Upgrade
- Notice Date
- 4/11/2023 9:57:51 AM
- Notice Type
- Sources Sought
- NAICS
- 3342
—
- Contracting Office
- FA8509 AFLCMC WIUKA ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA850923R0008
- Response Due
- 5/15/2023 9:00:00 AM
- Archive Date
- 05/15/2023
- Point of Contact
- Teresa Turner, Casey Mader
- E-Mail Address
-
Teresa.turner.4@us.af.mil, casey.mader@us.af.mil
(Teresa.turner.4@us.af.mil, casey.mader@us.af.mil)
- Description
- This market survey is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to upgrade the Lightweight Airborne Recovery System (LARS) for HC-130J. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. In accordance with FAR 52.215-3, this RFI is issued solely for information and planning purposes- it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Responders are advised that the U.S. Government will not reimburse participants for any expenses incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFP nor does it ensure participation, if any is issued. If a solicitation is released, it will be synopsized on the System for Award Management (SAM.gov) website. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. Lightweight Airborne Recovery System (LARS) effort: Potential sources must possess the ability to provide a means for upgrade the HC-130J Lightweight Airborne Recovery System (LARS) Software (LARS) V2.3 software applicable to all HC-130J aircraft (39).� These services include enhancing the capabilities of the LARS system to allow the Combat Systems Operator (CSO) to make operations faster and more user friendly and make it easier to pass information to the rest of the air assets when information is received on this system. Potential Sources must be capable of developing prototype software and all associated technical data necessary to be able to upgrade the LARS software and add the capabilities wanted. The Potential Source must be able to fully test and evaluate the function and performance of the LARS software. The Potential Source must be capable of developing and providing the source data necessary to update AFTO�s and TDPs. The repairs will be accomplished by the contractor at their facility and shipped to the respective Government location. The proposed acquisition strategy is a 24-month contract, 1 year basic contract plus 1 option year, tentatively beginning in FY23 and continuing through FY25. The Government has determined that this item is not a commercial item. There are no samples available for potential suppliers to evaluate. The Government anticipates this requirement to be sole source to: Cubic Mission & Performance Solutions CAGE Code: 59532 9333 Balboa Ave. P.O. Box 85587 San Diego, CA 92186-55 Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1fa61f0d273f41a8be0717cc14518c41/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06647595-F 20230413/230411230113 (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 |