The RFP Database
New business relationships start here

Retrofit of A-10 and F-16 Legacy Magnetic Banana Bar Assemblies to the HObIT Helmet Mounted Cueing System


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

 
1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only.

 

1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, and 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 is interested in all small businesses to include 8(a), Service-Disabled Veteran­ Owned, Hub-zone, and Women-Owned small business concerns. The Government requests that interested parties respond to this notice and identify your small business status to the identified NAICS code if applicable.  Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers within the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work that will be accomplished by the teaming partners.  The information provided will be used to determine the best acquisition strategy for this procurement. The Government will not provide reimbursement for the information provided.

 

2. Program Details:

 

2.1 The following information is provided to identify potential contractors who have the skills, experience, and knowledge required to successfully provide the described capability.  A draft Statement of Work (SOW) is included for reference only and may be subject to change. 

 

2.2 The Helmet Mounted Cueing System (HMCS) program is jointly managed by the A-10 and F-16 System Program offices and provides extant A-10Cs and F-16C+ Block 30/32 aircraft with a HMCS that will provide off-boresight cueing, targeting, and situational awareness capability.  The government intends to retrofit A-10 and F-16 legacy magnetic Banana Bar Assemblies (BBA) to the Hybrid Optical-based Inertial Targeting (HObIT) configuration.  This effort will consist of the following activities: retrofit of magnetic BBAs to optical configuration, provide an update of applicable drawings and support documentation, and supporting engineering services.  The Government will provide legacy BBAs (A14141-01 - Titanium J-Box Configuration and A12781-1 - Legacy HMCS BBA) as GFE and the contractor shall retrofit items to the Mohawk BBA (V14486 -21-01).

 

 2.3 AFLCMC/WWA, A10 Aircraft System Program Office, Hill AFB, UT intends to award a contract to perform retrofit of A-10 and F-16 legacy magnetic Banana Bar Assemblies (BBA) to the HObIT Aircraft HMCS configuration.  The Government intends to retrofit up to 720 BBAs.  A retrofitted BBA will consist of a new Mohawk banana bar, new cables, the helmet camera, fiducial kit, and the PD-14 from the returned asset.

 

2.4 The HObIT Retrofit effort shall also include contractor provided engineering services to the government required to support and maintain an adequate operational optical HMCS system for the A-10 fleet.  The Government requires engineering capability be available to support debug and resolution of any software or hardware anomalies and integration issues.  The contractor shall be required to ensure all engineering and technical order data is provided to enable provisioning and long-term supportability

 

2.5 The HObIT Retrofit effort shall also include contractor support to evaluate and identify any software discrepancies that are required for a continual working HObIT system on the A-10 aircraft.  Upon identification of the discrepancies the contractor shall be required to complete the identified software and documentation updates.

 

2.6 This HObIT Retrofit effort shall also include contractor support to fault isolate, analyze and correct software deficiencies identified by the Government.  HMCS software consists of the Operational Flight Program (OFP) for the HMCS Interface Control Unit (HICU), Simplified Visual Mapper (SVM), Canopy Distortion Coefficient (CDC), and Source Alignment Software (SAS), for the Mohawk design. 

 

3. When responding please include:


a. Company Name and Commercial and Government Entity (CAGE) code.
b. Name, phone number, and email address for a point of contact(s).c. The applicable North American Industry Classification system (NAICS) code for this acquisition is 334511:  Based on this NAICS code what is your size status?

•p  Small Business

•p  Small Disadvantaged

•p  Women-Owned

•p  Veteran-Owned

•p  Service Disabled Veteran Owned

•p  Hub-zone

•p  Large Business

d. If your company believes a different NAICS code is more appropriate, please list below with explanation.
e. Is your interest in this effort as a prime or sub-contractor?
f. Your lead time for each task performance identified in paragraph 2.1.
g. What is your familiarity with the existing A-10 Helmet Mounted Cueing System? 

h. Describe how you intend to meet the requirements in 2.1-2.6.

i. Are you currently registered in System for Award Management (SAM) and Wide Area Workflow (WAWF)?

            j. Describe your in-house or partnering ability with subcontractors.

k. What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, National Aerospace and Defense Contractors Accreditation Program (NADCAP))?

l. Describe how you will obtain any drawings, engineering data, test equipment, and retrofit procedures if they are not readily available to you.

 


4.  The points of contact for this notice are:


 


Stephanie Rearick


Contracting Officer


801-777-4207


Stephanie.Rearick@us.af.mil


 


5.  Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract or agreement. The System Program Office will not be obligated to pursue any particular acquisition alternative as a result of this notice. Responses to the notice will not be returned. Not responding to this notice does not preclude participation in any future solicitation, if one is issued.


 


6.  Responses to this notice shall be sent to Stephanie Rearick at the e-mail address listed above.  Please follow-up to your response through email or phone call.


Stephanie M. Rearick, Contracting Officer, Phone (801) 777-4207, Email stephanie.rearick@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP