The RFP Database
New business relationships start here

Sustainment Air Data Recorders (ADR)


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 Test Center (AFTC), 96th Test Wing (TW), 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), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing technical engineering support, spare parts, and to repair, refurbish, and upgrade their existing inventory Airborne Data Recorder (ADR) units and their sub-system components (listed below): 

ADR units and sub-system components, Model CSR-6601, CSR-6641/1024, CSR-1201, CSR-2050, CSR-2051, CSR-2100, CSR-2300EV, CSR-2300A10-0, CSR-2300A10-1, CSR-2300-B1-1, CSR-2300-B1-B, CSR-2300(V1), CSR-2300(V2)F-15, CSR-2300(V2), CSR-2300F-15RIPR, CSR-2300F15FDR, CSR-2300-APG68, CSR-2300(V5), CSR-2002MX64, CSR-2003/64, CSR-2003/128, CSR-2003/256, CSR-2005/960, CSR-1121, CSR-1123, CSR-2144.


The Government does not own the intellectual property rights to the above listed units and sub-components or their source code.   It is critical for potential offerors to submit all information requested by this notice if the offeror can meet the requirement.    


The ADR units in inventory are owned and maintained by AFTC and are in support of Department of Defense developmental and operational flight test requirements related to a variety of weapon system platforms.  The incumbent contractor developed the software and hardware for these systems, and the software/hardware and test data for the systems do not belong to the Government.  The Air Force has no development funding for this procurement.  Requirements are described in the attached Statement of Work (SOW).  


All interested vendors shall submit a response demonstrating their capability to provide these items/perform this effort to the Primary Point of Contact 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 North American Industry Classification System (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 employees.  Respondents are further requested to indicate their status in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB).  Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort.  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.  


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 capability statements 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 vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice.  The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement.  The response must not exceed eight (8) pages and shall include the following information:


 -Offeror's name, address, point of contact, phone number, and e-mail address.


-Offeror's interest in bidding on the solicitation if and when it is issued.


-Offeror's capability to meet personnel requirements.


-Offeror's capability to perform a contract of this magnitude and complexity.  Provide at least three (3) examples.  Include comparable work performed within the past 5 years--brief description of the project/service, customer name, timeliness of performance, customer satisfaction, and dollar value of the project/contract.  Provide recent, relevant experience in all areas, including whether this experience was as a prime or subcontractor, whether it was in support of a Government or commercial contract and what the scope of the experience was.  The Government recognizes that proprietary data may be a part of this effort. If the response contains any such data, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information.


 -Offeror's Joint Venture information if applicable -existing and potential.  Teaming and/or subcontracting arrangements shall be clearly delineated and previous experience in teaming must be provided.


Interested contractors will clearly explain how they intend to meet the stated requirements: (1) the company has the technical knowledge and/or manufacturing capability to acquire/produce the spare components;  (2) the delivered spare components will be produced in compliance with IRIG standards, IRIG 106-03- IRIG-106-11, Chapter 10; and (3) spare components delivered will meet form, fit, and performance requirements for physical and functional compatibility with the existing inventory to include hardware and software. 


Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement 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.


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.


Only government employees will 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 may be submitted electronically to the following e-mail address:  christina.jung@us.af.mil or maria.fox.1@us.af.mil. ; All correspondence sent via email shall contain a subject line that reads "Sustainment Air Data Recorders (ADRs)" 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. 


RESPONSES ARE DUE NO LATER THAN 5:00 P.M. (CST) ON 02 JUN 2017.  Direct all questions concerning this requirement to Capt Christina Jung at christina.jung@us.af.mil or Ms Maria Fox at maria.fox.1@us.af.mil.


Maria A Fox, Contract Specialist, Phone 8508820181, Email maria.fox.1@us.af.mil - Christina J. Jung, Contract Specialist, Phone 8508820159, Email christina.jung@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP