This notice is issued solely for information and planning purposes and does not constitute a solicitation. Companies responding to this Sources Sought are advised that participation does not ensure involvement in future solicitations or contract awards. In accordance with FAR52.215-3:(a), the Government does not intend to award a contract on the basis of this market research or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205- 18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" are used in this Sources Sought Synopsis, your response will be treated as information only. It shall not be used as a proposal. (c). This Sources Sought is issued for the purpose of conducting market research. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. The Government is under no obligation to acknowledge receipt of submissions or of the information received, or to provide feedback to respondents with respect to any information submitted in response to this request. The Government does not intend to award a contract on the basis of this information and will not reimburse respondents for any costs associated with preparing or submitting a response to this notice. The Government is not accepting phone calls or meetings.
This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for development of production-ready software, prototype and cable production, Technical Data Package (TDP), data deliverables, Computer Programmable Item Number (CPIN), associated hardware, and Technical Orders (TOs) for ten (10) Aircraft Adaptor Groups (AAGs) designed for the F-16 aircraft in support of the ATS Division located at Warner Robins Air Logistics Complex, Warner Robins, Georgia. The AAGs are intended to be integrated into the Government developed and designed Common Aircraft Portable Reprogrammable Equipment (CAPRE) Secure Memory Loader Verifier (SMLV) used by United States Air Force (USAF). The Government is continuing to refine requirements and specifics for this effort. The level of security clearance in this requirement has not been determined.
At this time, the Government intends to provide to the contractor, for development and testing purposes, the following items as Government Furnished Property (GFP) upon contract award, with an approved DD2345 form. Additionally, if the Government is unable to provide data, the Government would work with the contractor to provide access to Line Replaceable Units (LRUs) and/or aircrafts.
- CAPRE SMLV Kit
- CAPRE SMLV host software
- Assorted ruggedized AAG cables
- AAG Developer's Kit (ADK)
- Technical Orders (TOs)
INSTRUCTIONS:
1. Below is a description F-16 AAGs for the CAPRE SMLV requirement and a FA8533-25-S-SMLV-Contractor Capability Survey, which allows you to provide your company's responses to the Capability Survey Part I and Part II. Industry is requested to provide direct and concise responses to the Contractor Capability Survey, they are reminded that all information is voluntary. Likewise, a company's participation in the market research via this questionnaire does not obligate the Government to enter into any contractual agreement, either formally or informally, with a company.
2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements.Failure to provide documentation may result in the government being unable to adequately assess your capabilities. A point of contact that can speak for the responding company should be identified to support further Government inquires as well as explanations that night be needed regarding the information provided. Ensure all submitted data is in a readable electronic format that can be received through a firewall. Attachments shall not exceed 10MB per email.Multiple emails are acceptable. Responses must be submitted via email to each of the following listed in alphabetical order by last name.
James J. Eubanks, Program Manager Support,
james.eubanks.8.ctr@us.af.mil;
Sandra E. Harvey, Contracting Officer,
sandra.harvey.2@us.af.mil;
Kyle M. Spudic, Program Manager,
kyle.spudic.2@us.af.mil;
Chan Myae, Engineer,
chan.myae@us.af.mil;
Erin R. Mullinax, Engineer,
erin.mullinax@us.af.mil;
Felicer M. Vaughn, Contract Specialist,
felicer.vaughn@us.af.miI:
3. Attention; SMALL BUSINESS RESPONDENTS who are interested in participation for this effort.
a. No set aside decision has been made; however, the Government will determine the final strategy after thorough analysis of the small business responses and other market research available, considering the demonstrated interest and capability. Please ensure that you provide a thorough response to each question. Providing evidence of this arrangement, e.g. emails, letter, etc. that demonstrates a united response to this SSS is highly encouraged but not required. The evidence should state the type of arrangement and the role each member will fulfill. If you are only interested in being a subcontractor to the future awardee, state the portion of the work that your organization has capability of fulfilling.
b. Identify any areas of work that your organization believes should be broken out exclusively for Small Business
Background
This market survey is being conducted by the United States Air Force (USAF) to identify potential sources with the expertise, capabilities, and experience necessary for the development of production-ready software, prototype and cable production, Technical Data Package (TDP), data deliverables, Computer Programmable Item Number (CPIN), associated hardware, and Technical Orders (TOs) for ten Aircraft Adaptor Groups (AAGs) designed for the F-16 aircraft.
This effort supports the ATS Division located at Warner Robins Air Logistics Complex in Warner Robins, Georgia. The AAGs are intended to be integrated into the Government-developed Common Aircraft Portable Reprogrammable Equipment (CAPRE) Secure Memory Loader Verifier (SMLV). The Government is continuing to refine requirements and specifics for this effort.
Work Details
The contractor will be responsible for:
1. Development of production-ready software for the AAGs.
2. Prototype and cable production.
3. Creation of Technical Data Packages (TDP).
4. Delivery of data deliverables and Computer Programmable Item Numbers (CPIN).
5. Provision of associated hardware and Technical Orders (TOs).
The following items will be provided as Government Furnished Property (GFP) upon contract award:
- CAPRE SMLV Kit
- CAPRE SMLV host software
- Assorted ruggedized AAG cables
- AAG Developer’s Kit (ADK)
- Technical Orders (TOs)
Place of Performance
Warner Robins Air Logistics Complex, Warner Robins, Georgia.