The RFP Database
New business relationships start here

Test Systems and Equipment Capabilities (TSEC)


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 (DoD), United States Air Force (USAF), Air
Force Materiel Command (AFMC), Air Force Test Center (AFTC), is currently conducting
market research seeking capability 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 supporting technical requirements as it relates to test needs for airborne, ground, and facility
systems under test. This shall include design, development, integration and test of specialized
hardware and software and/or prototype systems and test equipment for implementation in
hardware-in-the-loop (HITL) simulators such as Eglin AFB's Guided Weapons Evaluation
Facilities (GWEF) or Kinetic Kill Vehicle Hardware in the Loop Simulator (KHILS), the Joint
Multiplatform Advanced Combat Identification (JMAC) Non-Cooperative Target Recognition
(NCTR) capabilities, up-armor capable tactical calibration set (CALSETS) prototyping and
TMDE design support, Digital Command Link (DCL) within the Air Defense Artillery Phased
Technology (ADAPT), and critical technology engineering support necessary to support design
considerations and test needs.

This contract shall provide support directly to the 96 Test Systems Squadron (TSSQ) and DoD

agencies involved with 96 TSSQ operations. The 96 TSSQ requires research and development
support for test and evaluation systems needed to support range systems or systems under test to
include weapons, electronic combat, C4ISR, cyber, and next gen in the context of
developmental, operational, live fire or field evaluation testing. This support shall include
design, development, integration and test of specialized hardware and software and/or prototype
systems and test equipment. Workloads will include development or modification of airborne
and ground systems, facilities, and infrastructure urgently required for test, training and
evaluation of C4ISR, munitions systems, cyber and electronic combat or countermeasures within
live and virtual test parameters. Testing is accomplished on DoD System-of-Systems,
subsystems, system components, and system support items. The contract shall support systems
used on airborne platforms involved with the test process, tests of ground based, airborne, and
spaceborne ordnance/armament systems and supporting guidance/control, seeker/sensor,
navigation or ranging systems that may include radars, high energy lasers, high power
microwave, and other new technologies. Test includes analysis, inspection, acceptance,
qualification, or developmental or operational demonstrations IAW system engineering best
practices. This effort includes test support of equipment to include, but not limited to, laboratory
test equipment with typical design and measurement capacities and ancillary equipment such as
power supplies, antennas, and equipment mounting hardware. This contract shall also acquire
specialized system equipment designed for C4ISR, munitions or electronic combat systems
verifications or specialized test sets necessary to perform system operational checkout or
automated built-in-tests. In addition, range systems have been impacted by the National
Broadband Plan and associated spectrum selloff. To ensure continued test support in any
spectrum, this contract shall provide for equipment and upgrades necessary to transition
equipment at Eglin AFB and its associated ranges from operations in frequencies auctioned by
the Department of Commerce IAW the National Broadband Plan and support development of
technologies for aiding in spectrum sharing, migration, and efficient usage. Efforts may include
ground based, aeronautical mobile telemetry, airborne, and spaceborne data transfers for any
DoD range user system. This contract will require the contractor to be proficient in all of the
following processes and disciplines: develop initial designs; redesigns or modifications;
modeling and simulation; hardware-in-the-loop; prototype fabrication; integration; installation;
limited manufacturing or fabrication of components, systems, test hardware and calibration
systems; test execution; UAS flight operations; user training; and production or fielding
transition support.


Requirement Focus:


1. Design, upgrade and integrate hardware-in-the-loop performance test facilities for guided
weapon systems, subsystems and system components.


2. Develop and deploy test instrumentation hardware and software to support airborne,
ground, and spaceborne tactical and defensive weapon systems under test.


3. Design, develop, and improve ground based, aeronautical mobile telemetry, airborne, and
spaceborne data transfers for any DoD range user system.


4. Design and implement instrumentation applications to operate as multi-spectral systems
collecting system under test, test environment, and background data simultaneously to include
sensing devices, data collection, storage, manipulation, filtering, feature extraction, data
processing, data formatting, real-time display and analysis, using computation systems such as
graphic displays and real-time processing, capable of operating in the time domain, spectral
domain, modulation domain, digital domain, analog domain, or polarization domain as required.


5. Perform complex fabrication, development and integration processes to support selfsupportable
calibration equipment set concept and prototype developments.


6. Provide testing support to include inspections, analyses, demonstrations, and tests at the
component, subsystem, and system level to verify component, subsystem, or system
characteristics to meet system qualifications, DOT&E, LFT&E, and FDE accreditation criteria.
New technologies may require the development of test methods.


7. Provide certified UAS pilots for flight operations in Government airspace in support of
targets recognition demonstrations.


Since foreign participation is not permitted for this acquisition, draft Technical Specifications
will be 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.
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 Technical Specifications are being sought from interested qualified
vendors for the purposes of clarification of the government's requirements. Request interested
parties to provide input and supporting documents as to the commerciality of the requirement
including previous commercial sales examples and customers. For copies of the Technical
Specifications, contact the Contract Specialist identified below with proof of certification.


All interested vendors shall submit a response demonstrating their capability to meet the
requirements above 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 NAICS Code assigned to this acquisition is 334511, Search, Detection, Navigation,
Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a size
standard of 1,250 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).
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 50 pages.


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:
kenny.kendrick.1@us.af.mil. All correspondence sent via email shall contain a subject line that
reads "FA2487-20-R-0071, TSEC." 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 3:00 P.M. (CST) ON 17 July 2019. Direct all
questions concerning this requirement to Kenny Kendrick, Contract Specialist at
kenny.kendrick.1@us.af.mil. Alternative POC is Mr. Craig L. O'Neill, Contracting Officer at
craig.oneill@us.af.mil.



Kenny Kendrick, Contract Specialist , Phone 850-882-2304, Email kenny.kendrick.1@us.af.mil - Craig L. O'Neill, Contract Officer , Phone 850-882-0173, Email craig.oneill@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP