SOURCES SOUGHT
R -- Active Electronically Scanned Array (AESA) Radar
- Notice Date
- 8/29/2024 1:58:31 PM
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- FA9304 AFTC PZZ EDWARDS AFB CA 93524-1185 USA
- ZIP Code
- 93524-1185
- Solicitation Number
- PZZDTPS240197
- Response Due
- 9/5/2024 1:00:00 PM
- Archive Date
- 09/20/2024
- Point of Contact
- Jenny L. Meadlin, Marc Venzon, Phone: 6612773234, Fax: 6612770470
- E-Mail Address
-
jenny.meadlin@us.af.mil, marc_anthony.venzon@us.af.mil
(jenny.meadlin@us.af.mil, marc_anthony.venzon@us.af.mil)
- Description
- Request for Information (RFI)/ Sources Sought Synopsis (SSS) AESA Radar RFI # PZZDTPS240197 I. Disclaimer THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT SYNOPSIS (SSS) 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. II. The Directorate of Contracting, Test Range and Specialized Contracting Division, Specialized Test Contracting Branch at the Air Force Test Center, Edwards Air Force Base, CA 93524 is conducting preliminary market research to obtain information from potential and eligible vendors for an Active Electronically Scanned Array (AESA) Radar System. The potential radar upgrade is for the X-62 Variable In-Flight Simulator Test Aircraft (VISTA) in support of a Mission Systems Upgrade (MSU). The upgraded radar will be part of a set of modular components that can be used individually or together to provide sensory input to aircraft. At the end of the mission systems upgrade, the aircraft will be capable of processing raw data from the AESA radar in an autonomy enclave that can use machine learning to process the data and directly control the sensors using either the existing modes available via the radar OFP or via experimental modes and experimental combinations of modes inaccessible or unachievable by human use. III. The Government has the following requirements: a. Must be compatible with a Block 30 F-16. b. Must be fully air cooled. c. Total system must weigh less than 200 lbs. d. Must be an AESA radar that can operated in an unclassified mode. e. Command and Control must be compatible with an Ethernet (Cat 6) TCPIP bus. f. Must possess both an Air to Air and Air to Ground modes. g. Command and control software to run radar must be capable of running on a X86 platform. h. Startup time must be less than 2 minutes. i. Raw AESA data must be available for computation external to AESA processing unit. IV. NAICS/Small Business Size Standard: The associated North American Industry Classification System (NAICS) code is 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), with a small business size standard of 1,500 Employees. V. In accordance with (IAW) Federal Acquisition Regulation (FAR) 10.001(a)(3)(i), in order to determine if sources capable of satisfying the agency need exists, the Government will consider all Sources Sought (SS) responses received, particularly those received from small businesses. Responses to this SS permits the Contracting Officer, IAW FAR 19.203(c), to consider an acquisition for the small business socioeconomic contracting programs to include 8(a), Historically Underutilized Business Zone (HUBZone), Service- Disabled Veteran-Owned Small Business (SDVOSB), or Women-Owned Small Business (WOSB) programs, and to consider a small business set-aside (see 19.502-2(b)). Small businesses in all socioeconomic categories are highly encouraged to identify capabilities in meeting the requirements at fair market prices. VI. Request that responsible entities submit a capability statement demonstrating their experience in meeting all or portions of the requirement as outlined Sections II/III. Capability statements are not expected to be proposals, but rather statements regarding the entities existing technical and management capabilities to perform work as outlined in Sections II/III. Please indicate which portions of work your entity believes it can meet if not all. All information furnished shall be in writing and must contain sufficient detail to allow the Government technical representative to evaluate and determine if your entity can successfully meet the requirement. Information provided is for the sole purpose of conducting market research, and any information provided is strictly voluntary. Please include, but not limited to, the following: a. Full name of your firm/venture, address, point of contact, point of contact, phone number and email address. b. Commercial and Government Entity (CAGE) Code/ Unique Entity Information (UEI) Code c. Small Business Size Status in associated NAICS 541715. d. Socioeconomic status (Large or Small Business, certified 8(a), HUBZone, Women- Owned, Service- Disabled, Veteran-Owned). e. Firm's/venture's ability to meet security requirements. f. Interest in participating as a Prime or Subcontractor in a teaming arrangement. g. Interest in attending Industry Day. h. Any other information deemed pertinent that will aid in our assessment of your firm's capabilities. VII. Request responses be submitted via email (preferred method), fax, or mail to the Primary and Secondary Point of Contacts as listed below. Responses should be limited to no more than 10 pages. Note: File size shall not exceed 10MB - emails over this size will not be received. Telephone requests for technical information will not be honored; however, respondents are encouraged to submit technical questions as well as comments in writing, (email preferred). Primary Point of Contact Jenny Meadlin jenny.meadlin@us.af.mil Secondary Point of Contact Marc Venzon marc_anthony.venzon@us.af.mil
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c7771bbaa7154f6d8782abc10d0ab3cc/view)
- Place of Performance
- Address: Edwards, CA 93524, USA
- Zip Code: 93524
- Country: USA
- Zip Code: 93524
- Record
- SN07192803-F 20240831/240829230126 (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 |