The RFP Database
New business relationships start here

F-16 AIFF AN/APX-125 Upgrade


Utah, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

***This notice has been updated. Please send all responses to both Corey Muir and Nathan Lee."

 F-16 Blocks 25-32 Advanced Identification Friend of Foe (AIFF) AN/APX-113-56 upgrade to AN/APX-125 to provide a Mode 5 capable AIFF system NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 334511 which has a corresponding Size standard of 1,250 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.

The AFLCMC F-16 System Program Office is seeking to identify sources that may be capable of providing the following:

The F-16 Fighting Falcon is a compact, multi-role fighter aircraft. It is highly maneuverable and has proven itself in air-to-air combat and air-to-surface attack. It provides a relatively low-cost, high-performance weapon system for the United States and allied nations. The Blocks 25-32 F-16s currently employ the BAE Systems AN/APX-113-56 AIFF system. This system requires an upgrade to the AN/APX-125 AIFF system which includes a Mode 5 capability to meet Air Force recent requirements.


Sources Sought Synopsis Only:


1. Responders should indicate their ability to upgrade all of the Air Forces current APX-113-56 Combined Interrogator Transponder (CIT) Line Replaceable Units (LRU) to the AN/APX-125 configuration CIT LRU that is a part of the Advanced Identification Friend/Foe (AIFF) system installed in the Air National Guard and Air Force Reserve Blocks 25-32 F-16 Aircraft. Required baseline Operational Flight Program for the AN/APX-125 CIT is identified as UP67.


2. BAE Systems has been the sole designer and manufacturer of the Block 25/30/32 F-16 AN/APX-113-56 IFF/AIFF systems. Interested parties must submit the Contractor Capability Survey below, along with a Capabilities Document of no more than ten (10) pages total and a maximum of 3 MB, which should be brief and concise, yet clearly demonstrate the ability to meet the stated capabilities. Please include the following details:


a.Scope of similar/same experience

b.Teaming and/or subcontracting arrangements should be clearly delineated

c. Delineate if work was in support of a Government or commercial contract

d. Plan for obtaining data rights necessary to perform equipment and system test support for the AN/APX-113-56 and the AN/APX-125.

e. Plan to obtain the required frequency allocation and assignment certifications that provides the authority to fully operate (transponder and interrogate) other aircraft from the FAA.

f. Plan to provide engineering data, equipment and expertise necessary to adequately system test the AN/APX-113-56 and the AN/APX-125 system.

g. Due to proprietary information, interested parties shall clearly explain how they intend to meet the stated requirements via teaming/subcontracting while maximizing opportunities for small business participation in accordance with FAR Part 19.

3. There is no restriction on who can respond to this SSS; however, if submitting company Proprietary Information, please be sure it is clearly marked. To aid the government, please segregate Proprietary Information to the maximum extent possible. All submissions become Government Property and will not be returned. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified.

4. Large business should recommend small business utilization percentages as a percent of total contract value to be considered if the acquisition is not set aside for small businesses. This recommendation should include supporting rationale for the recommended percentage. Small and large businesses should also recommend any potential effort(s) that may be broken out of this requirement.

5. Estimate the Software Lines of Code (SLOC), new or modified, required to accomplish the modification described above.

6. Identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Marketing materials are considered an insufficient response to this Sources Sought synopsis. CONTRACTOR CAPABILITY SURVEY

PART I. BUSINESS INFORMATION

Interested parties shall provide the following business information for your company/institution as well as for any teaming or joint venture partners:


- Company/Insitute Name:
- Address:
- Point of Contact:
- CAGE Code:
- Number of Employees:
- Phone Number:
- E-mail Address:
- Web Page URL:
- Size of business puruant to NAICS Code 334511, size standard of 1,250 employees: 

Based on the above NAICS Code and size standard above, please state the following: 

- Small Business (Yes/No)
- Woman-Owned Small Business (WOSB) (Yes/No)
- Economically Disadvantaged Women Owned Small Business (Yes/No)
- 8(a) Certifed (Yes/No)
- HUBZone Certified (Yes/No)
- Veteran Owned Small Business (Yes/No)
- Service Disabled Veteran Owned Small Business (Yes/No)

NOTE: All prospective contractors must be registered in the SAM database (https://www.sam.gov/portal/SAM/) to be awarded a DoD contract. The NAICS code for this requirement, if applicable to the company's capabilities, should be included in the company's NAICS code listing in SAM.

Interested parties shall provide a statement as to whether the company is domestically or foreign owned (if foreign, please indicate the country of ownership).

All interested parties shall submit one (1) copy of the requested information, via e-mail (maximum of 7 MB) no later than 4:00 PM Mountain, 7 March 2017 to the Contracting Officers, Corey Muir, corey.muir@us.af.mil and Nathan Lee, nathan.lee.3@us.af.mil and address: 6072 Fir Avenue, Bldg 1233, Hill AFB, UT 84056. All questions and comments must be in writing, no telephone calls will be accepted.

PART II. CAPABILITY SURVEY

1. Briefly describe the capabilities of the company's facility and the nature of the goods and/or services the company can provide.

2. Describe the company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager).

3. Describe the company's capabilities for generating, handling, processing and storing classified material, data, and cryptology capability.

4. Identify any specific requirements that would currently preclude the Respondents' company from being a viable solution to this requirement.

Proprietary Data

1. Proprietary Information (PI) or Intellectual Property (IP) should be minimized and clearly marked:

a. Segregate PI and IP information to the maximum extent practical.

b. Proprietary Data Protection Agreement should be in place that would permit F-16 program office support contractors to view proprietary information. The following is a list of support contractors who will review the responses.

2. The U.S. Government will secure Non-Disclosure Agreements from contractors supporting AFLCMC/WW, F-16 Division as identified above.

3. Interested parties, if unwilling for the U.S. Government to release their proprietary data to support contractors, shall provide a statement detailing their position.




Corey T Muir, Phone 8015862649, Email corey.muir@us.af.mil - Nathan P. Lee, Contracting Officer, Phone 8017754928, Email nathan.lee.3@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP