Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2024 SAM #8100
SOURCES SOUGHT

59 -- REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IN SUPPORT OF B-1 Radar Engineering Support Program for the B-1B AN/APQ-164 antenna

Notice Date
1/29/2024 9:46:58 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8138 AFLCMC WBK TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FA8138-24-R-0001
 
Response Due
3/11/2024 1:00:00 PM
 
Archive Date
03/26/2024
 
Point of Contact
Kimberly Simms (Contracting Officer), Monica Callaway (Program Manager)
 
E-Mail Address
kimberly.simms.1@us.af.mil, monica.callaway@us.af.mil
(kimberly.simms.1@us.af.mil, monica.callaway@us.af.mil)
 
Description
DISCLAIMER: THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.�The Government reserves the right to cancel this SSS/RFI. In the event the Government cancels this SSS/RFI, the Government has no obligation to reimburse an offeror for any costs. This Sources Sought Synopsis (SSS)/Request for Information (RFI) Market Survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the qualification requirements of a B-1B Radar Engineering Support Program for use by the U.S. Air Force (USAF). While industry sources are requested to provide full and comprehensive responses to this questionnaire, they are reminded that all information is voluntary, and the Government will not reimburse sources in any way for responses provided. Likewise, a company�s participation in the market research via this questionnaire does not obligate the Government to enter into any contractual agreement, either formally or informally, with a company. Any resulting procurement/installation action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. �IAW FAR 52.215-3, Request for Information or�Solicitation�for Planning Purposes�(Oct 1997): �(a)�The Government does not intend to award a contract on the basis of this�Request for Information�or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection�31.205-18, Bid and proposal costs, of the Federal Acquisition�Regulation. �(b)�Although ""proposal"" and ""offeror"" are used in this Request for Information, your response will be treated as information only. It�shall�not be used as a proposal. �(c)�This�request�is issued for the purpose of market research to identify potential sources. This RFI is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. �Further the Air Force is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this RFI; all cost associated with responding to this RFI will be solely at the interested party�s expense. Note responding to this RFI does not preclude participation on any future RFP, if any is issued on SAM.gov website. It is the responsibility of the potential responder to monitor these sites for additional information pertaining to this requirement. Below are descriptions of the B-1B AN/APQ-164 antenna support requirements and a Contractor Capability Survey. This survey provides the government the opportunity to review your company�s capability to design, integrate and install a replacement radar antenna.� If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Identify any areas of work that your organization believes should be broken out exclusively for Small Business. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Please provide information if you plan to team with other companies. Submit responses or inquiries to: Kimberly Simms����������������������������������������������� Monica Callaway Contracting Officer������������������������������������������ B-1 RADAR PM AFLCMC/WBK� � � � � � � � � � � � � � � � � � � � � � � � �AFLCMC/WBNPB Tinker AFB, OK 73145������������������������������������ Tinker AFB, OK 73145 Kimberly.simms.1@us.af.mil� � � � � � � � � � � � � � monica.callaway@us.af.mil Background The Government is investigating the possibility for Engineering services to be furnished by the Contractor in support of the B-1 AN/APQ-164A Offensive Radar System. These services will be provided under the technical and program direction of Air Force Life Cycle Management Center (AFLCMC/WWN) located at Tinker Air Force Base (TAFB). This document outlines the effort required to identify and resolve operating and engineering problems of the B-1 AN/APQ-164A and its associated components, support and test equipment, and laboratories across the B-1 enterprise. The program objective is to ensure supportability and sustainability of the B-1 AN/APQ-164A system portfolio. �The Government intends to solicit and negotiate this FFP IDIQ with only one source, NORTHROP GRUMMAN under the authority of 10 U.S.C. 3204(a)(1) as implemented at FAR 6.302-1 Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements. This action is being sole sourced due to NORTHROP GRUMMAN being the only known source which has the capability to support B-1 AN/APQ-164A Offensive Radar System. Specifications, plans, or drawings relating to the procurement described are not available and cannot be furnished by the Government. The detailed design of AN/APQ-164A Offensive Radar System remains proprietary to NORTHROP GRUMMAN, making NORTHROP GRUMMAN the only source for design related engineering support. All responsible sources may submit a capability statement which shall be considered by the agency. However, a determination by the Government not to compete this proposed contract based upon responses to this solicitation is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement or not.� The B-1B currently uses the AN/APQ-164 radar for Rendezvous, Mapping, Re-view, Navigation, Ground Moving Target, Terrain, and other support modes. Any replacement antenna is required to support all B1-B modes of operation. CONTRACT TYPE A Cost Plus Incentive Fee (CPIF) or Cost Plus Fixed Fee (CPFF) contract is contemplated for the Engineering Manufacturing Development (EMD) phase of the antenna replacement program. A Firm Fixed Price (FFP) contract is contemplated for the Production and Installation phases of the antenna replacement program Procurement Contracting Officer Information Interested parties are requested to respond to this RFI via SAM.gov. All offers have 30 days from the date of this SSS/RFI to respond. Responses must submit no later than 30 days from date of this SSS/RFI. Questions regarding this announcement shall be submitted by e-mail to the Contracting point of contact, kimberly.simms.1@us.af.mil. Verbal questions will NOT be accepted. Questions shall NOT contain proprietary or classified information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/990227be80a24b92b5bf19999f9cea3e/view)
 
Record
SN06948681-F 20240131/240129230050 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.