The RFP Database
New business relationships start here

Lightweight Airborne Recovery System (LARS) On the Go System


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

SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government.

Request for Quotes (RFQ) number is FA2521-18-Q-B029 shall be used to reference any written responses to this source sought.


The North American Industry Classification Systems (NAICS) Code proposed 334511.The size standard for NAICS is 1250 employees.


The requirement is to provide three (3) mobile Lightweight Airborne Recovery System (LARS) radios to support an operational Flight Test and Evaluation with a period of performance of nine months after award. The Flight Test and Evaluation will assess the operational effectiveness and suitability of the LOTG equipment in operational scenarios; specifically those that involve astronaut crew recovery on a C-17. Contractor will confirm, record and validate LOTG system performance and capabilities in receiving and decoding 406 megahertz (MHz) search and rescue satellite aided tracking (SARSAT) transmissions from a Department of Defense (DoD) PRC-112G survivor radio as well as a commercial emergency 406 MHz beacon.


Salient Characteristics: The contractor shall provide services in support of the LOTG Flight Testing and Evaluation and include traveling to and from the aircraft and test location. In addition, these services from the contractor will include: The Contractor shall provide, at a minimum, one subject matter expert that can set-up, configure and operate the LOTG system during all phases of the LOTG Flight Test and Evaluation, at least one LOTG system, and any technical or other support equipment required to execute the LOTG Flight Test and Evaluation in order to meet the requirements listed below:


1. The objectives for this LOTG Flight Test and Evaluation will be to capture data to determine the operational effectiveness of LOTG to receive, decode and provide rescue crews with an accurate location of isolated personnel that will be using a PRC-112G survival radio and a COTS 406 beacon with GPS embedded signal capabilities.


2. The Flight Test and Evaluation will consist of completing tasks conducted during flight on a USAF C-17 aircraft platform at various altitudes, ingress/egress bearings and distances to and from the survival radios and beacon.


3. The evaluation effort will test the PRC-112G and the COTS 406 beacon separately, or on the same ingress, egress or flight profile; depending on the systems capabilities.


4. Expect to ingress and egress to and from the survival radio and beacon at altitudes ranging from 35,000 feet down to 1,000 feet Mean Sea Level (MSL), or Above Water Level (AWL) if the test is conducted over water. The altitudes will be tested at 5,000 foot increments working down from 35,000 feet down to 5,000 feet. Below 5,000 feet the test increments will be every 1,000 feet down to an altitude as low as 1,000 feet MSL or AWL.


5. The ingress and egress flights will begin and end at distances ranging from 30 nautical miles (NM) away from the survival radio and beacon down to less than 1 nautical mile from the survival radio and/or beacon.


6. The Flight Test and Evaluation will include testing at 30 degrees angle of bank, both with the survival radio and beacon on the inside of the aircraft's flight path and with the survival radio and beacon on the outside of the aircraft's flight path (i.e. radio and beacon inside the aircraft's orbit and outside the aircraft's orbit).


7. The Flight Test and Evaluation will also include some random altitude and distance flights that place the survival radio and beacon off the starboard (right) and port (left) sides of the aircraft.


8. The LARS OTG Flight Test/Evaluation will require approximately 2-3 days for the actual testing in flight and approximately 1 day for ground testing and set-up configuring the aircraft. The contractor will ensure the LOTG system is configured properly for the ground and flight testing and will ensure the LOTG system functions properly for the duration of the Flight Test and Evaluation.



Statement of Objectives (SOO) is attached.


Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings.


NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER!


What is the purpose of the item(s): This technology/radio is utilized by Combat Search and Rescue crews to provide range and steering information to compatible radios. These specifications are a unique requirement to support Human Space Flight Support operations that could potentially require a roll-on/off LARS capability that can be employed on airframes with a global reach capability


45 CONS is interested in any size business that is capable of meeting this requirement.


Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.


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 Government will use this information in determining its small business set-aside decision."


As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.


All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort.


Please note: All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov.


Responses may be submitted electronically to the following e-mail address: 45cons.lgcb.e-bids@us.af.mil; by mail to 45 CONS/LGCB, Attn: FA2521-18-Q-B029,1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238. Telephone responses will not be accepted.


Future information about this acquisition, including issuance of a solicitation and/or applicable amendments, will be issued through FedBizOpps. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.



RESPONSES ARE DUE NO LATER THAN 28 Apr 2018 @ 2:00 PM.


 


Tiffany S. Thornton, Phone 3214946343, Email tiffany.thornton.3@us.af.mil - Terrell Phillips, Contracting Officer, Phone 321-494-3668, Fax 32-494-1843, Email terrell.phillips.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP