Search Contract Opportunities

Installation/Integration of the AN/ARS-6 (v14) Lightweight Airborne Recovery System Modification

ID: LARS2016 • Type: Sources Sought
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Draft a sources sought response template for this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

AN/ARS-6 (v14) Lightweight Airborne Recovery System (LARS) - Personnel Recovery (PR)

Background: The Government is conducting market research to identify possible sources that may possess the expertise and capabilities to provide/acquire and install LARS System with Combat Survivor/Evader Locator (CSEL) radio capability. LARS is a Search and Rescue (SAR) and Combat Search and Rescue (CSAR) System that provides secure, encrypted, classified communications between rescue forces and isolated personnel during civil and combat rescue missions. LARS direction finding capabilities are to be compatible with all military survival radios currently or soon to be in use, namely the PRC-112 Hook radio and the AN/PRQ-7 CSEL radio. Additionally the LARS or equivalent system must be capable of transmitting in the worldwide approved 406MHz frequency in both classified and unclassified modes.

Any LARS system must meet the requirements specified in the Technical Drawing Package (TDP) for v14 LARS Program currently installed on several HC-130J aircraft. Sample drawings from the TDP are available to interested sources responding to this RFI. The drawings/technical data can only be disseminated pursuant to DoD Directive 5230.25. The TDP provides representative illustrations and definition of the types of operations needed. The Contracting Officer may only provide this information to qualified U.S. Contractors. Potential Offeror's must immediately send an email to the Contracting officer, katherine.hamblin@us.af.mil and vanessa.pottinger@us.af.mil, containing the following information:

Offeror Name:
Address:
Cage Code:
Joint Certification Office (JCO) Certification Number*:
Certification Expiration Date:
Phone:
Name of Offeror Representative:
Date of Request:

*A potential Offeror without a valid JCO Certification Number must acquire a valid JCO Certification Number before drawings/technical data can be disseminated. Instructions for obtaining this JCO Certification number are found at http://www.dlis.dla.mil/jcp/Default.aspx. OFFERORS WITHOUT A VALID JCO CERTIFICATION NUMBER MUST BEGIN THIS PROCESS IMMEDIATELY.

The complete TDP will be provided with the Request for Proposal (RFP) should an RFP be issued.

The total requirement may be for the purchase/installation of up to 26 LARS systems, spare parts, and support operational use for up to 2 years (quantity to be determined). Initial delivery of 10 systems and spares would be required no later than 12 months from the date of contract award. Options and/or new solicitations will be available through approximately 2026 to cover the full 37 aircraft in service and spares.

Your response must address your company's capability to meet the LARS technical requirements, manufacturing schedule, and production/support capabilities. If after reviewing this information you desire to participate by responding to this RFI, you should provide documentation that supports your company's ability to manufacture/procure/install LARS that meets these requirements. Failure to provide adequate documentation will inhibit the government's assessment of your capabilities. Both large and small businesses are encouraged to participate. Joint ventures or teaming arrangements are permissible.

Please provide the following business information for your company, institution, or for any teaming or joint venture partners: Company Name; Address; Point of Contact; CAGE Code; Phone Number; E-mail Address; Web Page URL; and Size of business pursuant to (NAICS) Code. Based on the above NAICS Code, state whether your company is: Small Business (Yes / No); Woman Owned Small Business (Yes / No); Small Disadvantaged Business (Yes / No); 8(a) Certified (Yes / No); HUBZone Certified (Yes / No); Veteran Owned Small Business (Yes / No); Service Disabled Small Business (Yes / No); System for Award Management (SAM) (Yes / No).

Response to this notice shall consist of a short (10 pages or less) initial White Paper response describing your ability to produce the design in the TDP. The White Paper shall include the following details: (1) General statement of your company's capability and capacity to manufacture/procure/install the v14 LARS or equal system in the number requested; (2) Brief explanation of your experience in manufacturing of the LARS V14 or equal radio system or acquisition of like systems; (3) Estimated production cost for each v14 LARS install; (4) Approximate lead-time for acquiring your product. Response should be in an electronic format that is compatible with Microsoft Windows and Office 2010. The data can be submitted on CD-R/DVD-R along with a paper copy. The CD should be provided to Ms. Katherine Hamblin at the address below not later than 29 Jan 2016. Questions should be submitted to Ms. Katherine Hamblin at katherine.hamblin@us.af.mil and Capt Vanessa Pottinger at vanessa.pottinger@us.af.mil. The CD/DVD, cover label, and paper copy shall be marked "Proprietary/Competition Sensitive Information." Proprietary/competition sensitive information will be protected from disclosure. No classified information should be included in contractor submittals.

This is a request for information only and is not a solicitation for offers. This notice is issued for market research purposes and does not constitute a Request for Proposal (RFP) or commitment to issue an RFP; however, the Government reserves the right to issue a solicitation based upon its needs and the results obtained from this RFI. The government will not reimburse participants for any expenses associated with the information provided in response to this RFI. Acknowledgment of receipt will not be made. Submittals will not be returned to the sender.

Overview

Response Deadline
Jan. 29, 2016, 3:00 p.m. EST Past Due
Posted
Jan. 13, 2016, 12:40 p.m. EST
Set Aside
None
Place of Performance
Department of the Air Force, AFMC/AFLCMC/WISK 1895 5th Street, Building 46 Wright-Patterson AFB, OH, 45433-7218, UNITED STATES WRIGHT PATTERSON AFB, OH 45433 USA
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Low
Odds of Award
31%
On 1/13/16 AFLCMC Wright Patterson AFB issued Sources Sought LARS2016 for Installation/Integration of the AN/ARS-6 (v14) Lightweight Airborne Recovery System Modification due 1/29/16. The opportunity was issued full & open with NAICS 336413 and PSC 16.
Primary Contact
Title
None
Name
Vanessa M. Pottinger   Profile
Phone
(937) 656-8082

Secondary Contact

Title
Contracting Officer
Name
Katherine Hamblin   Profile
Phone
None

Documents

Posted documents for Sources Sought LARS2016

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought LARS2016

Similar Active Opportunities

Open contract opportunities similar to Sources Sought LARS2016

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK)
Source Organization Code
a615548818cf0c404f714e0aca4deaae
Last Updated
Feb. 13, 2016
Last Updated By
PI33_DR_IAE_51681
Archive Date
Feb. 13, 2016