The RFP Database
New business relationships start here

Sources Sought for Single Access Rate Table FA2487-19-R-0078


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

The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Guided Weapon Evaluation Facility (GWEF), Specialized Contracting Branch (PZIE) at Eglin AFB is currently conducting market research seeking capabilities statements from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), and Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of the requirement listed below.

The GWEF's mission is to test and evaluate precision-guided weapons in simulated, real world environments utilizing Hardware-In-The-Loop (HITL) simulation. GWEF requires the design, fabrication, delivery, and installation of a servo controlled, electrically driven single axis rate table (SART) system. The SART shall be a single axis table top style providing motion under customer real-time computer control. The contractor shall make the SART system fully operational with the GWEF simulation computer utilizing SCRAMNet GT as a real-time communications interface with the SART system. SCRAMNet GT interfaces are not required to be provided for the government simulation computers. The rotary plate shall provide customer connections without the use of service loops, for electrical signals, fiber optic signals, and high pressure gas line to a 601 lbm (pounds-mass) unit under test (UUT) installed onto the rotary plate. The Contractor shall provide on-site SART training to facility personnel which may include Government support Contractors. The Contractor shall furnish a complete set of SART system documentation including final electrical and mechanical drawings, firmware and software programs, user and programming manuals, operation and maintenance manuals, and commercial off-the-shelf (COTS) equipment manuals.


The following requirements must be met or exceeded:
•    Ability to meet the hardware specifications to size a motor capable of carrying the test load to meet the technical specifications of the SART.


•    Servo control system must utilize the ACUTROL®3000e (configured for one electric axis) with SCRAMNet GT interface to integrate into our HITL.


•    Ability to provide a SART that maintains the interoperability of the hardware and system with real-time simulation.


•    Capable of providing an electrical slip ring package with full rated voltage and current for all circuits simultaneously while rotating at a maximum rate. The electrical slip ring package must be incorporated with a fiber optic rotary joint package and rotary gas joinings with the associated tubing.




•    Removable Storage Media to allow for efficient replacement and exchange of SCS storage media without SCS disassembly.


•    Firm connections and understanding of the commercial specialized electronics market including commercial research and development laboratories.


•    Experience with process oriented integration of specialized electronics into military and other Government agency applications.


•    Broad knowledge base of relevant US Government technology that is fielded or in development, and intimate knowledge of the process in which our acquisition strategy works.


All interested vendors shall submit a response demonstrating their capabilities to meet the requirements above and the attached questionnaire to the POC listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.


The NAICS Code assigned to this acquisition is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a size standard of 1250 persons. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14.


Foreign participation is not permitted for this acquisition; a comprehensive draft Technical Requirements Document (TRD) is available only to U.S. contractors and will exclusively be available to DoD contractors certified under the Defense Logistic Agencies (DLA)'s Joint Certification Program (JCP). Certification under the JCP establishes the eligibility of a U.S. contractor to technical data governed, in the U.S., by DoD Directive 5230.25. A certification is required by U.S. contractors that wish to obtain access to unclassified technical data disclosing militarily critical technology with military or space application that is under the control of, or in the possession of the U.S. Department of Defense (DoD). Contractors must submit a DD Form 2345 to the U.S. Joint Certification Office, along with a copy of the company's State/Provincial License, Incorporation Certificate, Sales Tax Identification Form or other documentation which verifies the legitimacy of the company. Comments on the draft TRD are being sought from interested qualified vendors for the purposes of clarification of the government's requirements. For copies of the TRD, contact the Contract Specialist identified below with proof of certification.


Any information submitted by respondents to this sources sought is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the questionnaire responses received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business program.


CAPABILITIES STATEMENT: All interested U.S. vendors shall submit a response that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The response should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed fifty (50) pages, 8.5" x 11" paper, 12 pitch, Times New Roman font, with a minimum of one (1) inch margins all around. Responses should include the company name, CAGE code, point of contact, address, and phone number. Small businesses with only partial capabilities of this requirement are encouraged to submit their response demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.


Responses may be submitted electronically to the following e-mail address: allison.mccowan@us.af.mil. All correspondence sent via email shall contain a subject line that reads "Single Access Rate Table." If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted. Package sizes greater than 5 megabytes shall be submitted via the Army's Safe Access File Exchange, located at https://safe.amrdec.army.mil/safe/.


All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately. Responses to this sources sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought.


It is possible that in addition to government employees, Contractor subject matter experts may review submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.


RESPONSES ARE DUE NO LATER THAN 3:00 P.M. (CST) ON 31 JULY 2019. Direct all questions concerning this requirement to the POC Allison McCowan at allison.mccowan@us.af.mil. Alternate POC is Mr. Erik J. Urban, Contracting Officer at erik.urban@us.af.mil.




Allison N. McCowan, Contract Specialist, Phone 8508820174, Email allison.mccowan@us.af.mil - Erik J. Urban, Contracitng Officer , Phone 850-882-5261, Email erik.urban@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP