The RFP Database
New business relationships start here

F-35 United States Reprogramming Laboratory Electronic Warfare/Countermeasures (USRL EW) Technical Support


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

Single Award

Title: F-35 United States Reprogramming Laboratory Electronic Warfare/Countermeasures (USRL EW) Technical Support

This Sources Sought Synopsis is for information only, to be used for preliminary planning purposes. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED AS A RESULT OF RESPOSES TO THIS SYNOPSIS. The Government will not award a contract solely on the basis of this Sources Sought Notice, nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice or any follow up information requests.

Air Force Test Center (AFTC), Eglin AFB, Florida is seeking sources capable of supplying USRL EW technical engineering support. This technical support is required to support the Department of Defense developmental and operational flight test/training, and USAF/USN Initial Operating Capabilities of the F-35. The incumbent contractor developed the software and hardware for these systems, and the software/hardware and test data for the systems are proprietary. The Air Force has no development funding for this procurement. Requirements are described in the

DRAFT SOW attached.

The Air Force anticipates utilizing a Firm-Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) contract with an ordering period of five (5) years. The proposed North American Industry Classification System (NAICS) code for the future acquisition is 541330, except, Military and Aerospace Equipment and Military Weapons size standard $38,500,000.00. The Air Force has not yet determined the acquisition strategy for this requirement,including whether a set-aside strategy is applicable. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform over 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14.

Interested contractors will clearly explain how they intend to meet the stated requirements: (1) the company has the technical knowledge to and/or manufacturing capability to supply engineering support on the F-35 Electronic Warfare system; (2) to deliver training to the USRL personnel on Mission Data File Generation (MDFG) tools; and (3) technical support to mission data engineers on the ASQ-239 system. If qualified and interested, please submit an email/letter stating the name of your company, your interest, a Capabilities Statement, and your business size: indicating whether you are a small or large business for the purposes of the assigned NAICS code: 541330

Offeror's response to this Synopsis shall be limited to 8 pages and shall include the following information:
- Offeror's names, address, point of contact, phone number, and e-mail address.
- Offeror's interest in bidding on the solicitation when it is issued.
- Offeror's capability to meet personnel requirements.
- Offeror's capability to perform a contract of this magnitude and complexity -describe your ability to meet the stated requirements. Include comparable work performed within the past 3 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 subprime contractor, 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 so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information.
- Offeror's type of small business and Business Size (Whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a), etc.).
- 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 Offerors shall respond to this Sources Sought Synopsis no later than 26 March 2019. All interested contractors must ensure they are registered in the System for Award Management (SAM) database to be eligible for award of Government contracts. To register in SAM, go to http://www.sam.gov or call 1-866-606-8220 for assistance. Mail or email your response to AFTC/PZIE, Attn: Tanya Warden, Contract Officer, 205 West D Ave, B350, Ste 414, Eglin AFB FL 32542 / Email address: tanya.warden@us.af.mil. EMAIL IS THE PERFERRED METHOD WHEN RECEIVING RESPONSES TO THIS SYNOPSIS.

NO TELEPHONE, WRITTEN NOTIFICATIONS OR REQUEST FOR SOLICITATION OR POSTING STATUS will be honored. This announcement is a Sources Sought for information and planning purposes only and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. No basis for claim against the Government shall arise from a response to the Sources Sought or Government use of any information provided. The Government reserves the right to consider a small business, 8(a), or any other set-aside arrangement as deemed appropriate in any future solicitation resulting from the response to this announcement.


Tanya A Warden, Contracting Officer, Phone 8508826889, Email tanya.warden@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