Search Contract Opportunities

MINI-MUTES CEAR Sources Sought

ID: FA810-22-R-CEAR • Type: Sources Sought • Match:  90%
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

Posted: May 10, 2022, 11:44 a.m. EDT

Update: This post was updated on 10 May 2022. Interested parties now have 30 calendar days from the date of the original publication to submit information to be considered.

Response & Submission Date: 31 May 2022.

Notice of Intent:

The AN/MST-T1V Mini-Multiple Treat Emitter System (Mini-MUTES), Program Office at Hill AFB, UT is conducting market research to identify potential sources for a Common Electronic Attack Receiver (CEAR) for Mini-MUTES B-Pedestals variant.

This is not a solicitation but rather a Sources Sought Synopsis (SSS) to determine potential sources for information and planning purposes only. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 334511 which has a corresponding Size standard of 1,250 number of employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service- Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.

Requirement Background:

The CEAR was developed in 2014 by Syracuse Research Corporation (SRC) to replace the Joint Threat Emitter (JTE) and Unmanned Threat Emitter (UMTE) legacy Electronic Attack Receivers (EAR). The Government currently does not have access to a complete technical data package (TDP) for this requirement.

Due to obsolescence, the AN/MST-T1(V) Mini-MUTES Legacy Electronic Counter Measures (ECM) receivers were no longer useable and were replaced by a placeholder ECM receiver for the Mini-MUTES Modernization Proposal (M3P) pedestals, that does not perform the functions required by the system requirements documents. The capability requirement of these documents has never been rescinded, therefore the requirement exists to integrate a receiver (CEAR).

The Legacy ECM receiver, all assemblies, subassemblies, and most components are obsolete and cannot be manufactured from existing drawings or materials. Currently there are no Mini-MUTES B-Pedestals with operational ECM receivers in the field for aircrew training.

This Sources Sought is facilitating market research to identify potential sources for re-engineering, testing approximately three (3) developmental, and the manufacture of approximately twenty-three (23) Production Representative Articles (PRAs) CEARs for integration into Mini-MUTES B-Pedestal. Please see the attached draft Statement of Work (SOW).

Submission Instructions:

Both large and small businesses are encouraged to participate in this Market Research.

If you desire to participate in the market research and your organization has the potential capacity to perform these requirements, please provide the following information below in the contractor capability survey as well as tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. All information submitted will be held in a confidential status. All proprietary information should be marked as such.

Responses to this announcement shall include the following:

  1. Your company's capability:
    1. Provide relevant experience to include performing engineering, manufacturing, inspection, and testing as it relates to AN/MST-T1V Mini-MUTES
    2. To meet the requirements outlined in the DRAFT SOW.
    3. Please provide comments if there is anything in the DRAFT SOW that was unclear, and/or of there are suggestions on how the DRAFT SOW could be improved.
    4. Please provide any suggestions on how to accomplish Interim Contractor Hardware/Software Support for this effort.
  2. Willingness to provide the following deliverables:
    1. Program Management Plan
    2. Integrated Master Plan
    3. Integrated Master Schedule
    4. Technical Data Package
    5. Data Rights
    6. Describe any potential obsolescence issues or risks with a potential solution
  3. Please provide any anticipated teaming arrangements/subcontracting, along with a description of similar services offered to the Government/commercial customers within the past three years. Any responses involving teaming agreements/subcontracting should delineate between the work that will be accomplished by the prime and the work that will be accomplished by the teaming partners/subcontractors.
  4. Capabilities statement not to exceed 10 pages
  5. How long will your company need to submit a proposal once/if a solicitation is released?
  6. Are you currently a contractor on EWAAC, RISE, or any other existing contracting vehicles?
  7. Are you willing/capable to propose to this requirement with an estimated 60mth Period of Performance (Base + 4 Options)?

CONTRACTOR CAPABILITY SURVEY

Please provide the following business information for your company/institution

  • Company/Institute Name:
  • Address:
  • Point of Contact:
  • CAGE Code:
  • Phone Number:
  • E-mail Address:
  • Web Page URL:
  • Size of business pursuant to North American Industry Classification System (NAICS) Code: 334511; Size Standard 1250 employees.

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)
  • HUB Zone Certified (Yes / No)
  • Veteran Owned Small Business (Yes / No)
  • Service Disabled Veteran Small Business (Yes / No)
  • Central Contractor Registration (CCR). (Yes / No)
  • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).
  • Provide any other NAICS recommendations if necessary.

Interested parties who consider themselves qualified are invited to submit a response to this Sources Sought Notice.

Response Date and Submission: The Air Force is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.

Interested parties have 30 calendar days from the date of this publication to submit information to be considered. The information provided is to the best of the Government's knowledge of plans, desires, and general situation as it exists at this time. This requirement is in the acquisition planning phase; therefore, all information provided herein is potentially subject to change. Any response to this market research should reference the following: Common Electronic Attack Receiver (CEAR) for Mini-MUTES B-Pedestals.

Posted: April 29, 2022, 1:07 p.m. EDT

Overview

Response Deadline
May 31, 2022, 12:00 p.m. EDT (original: May 16, 2022, 12:00 p.m. EDT) Past Due
Posted
April 29, 2022, 1:07 p.m. EDT (updated: May 10, 2022, 11:44 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1350 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Low
Odds of Award
22%
On 4/29/22 AFLCMC Hill AFB issued Sources Sought FA810-22-R-CEAR for MINI-MUTES CEAR Sources Sought due 5/31/22. The opportunity was issued full & open with NAICS 334511 and PSC AC31.
Primary Contact
Name
Stephanie Rearick   Profile
Phone
(801) 586-0784

Secondary Contact

Name
Cydnee Green   Profile
Phone
None

Documents

Posted documents for Sources Sought FA810-22-R-CEAR

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 FA810-22-R-CEAR

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA810-22-R-CEAR

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE LIFE CYCLE MANAGEMENT CENTER > WEAPONS > FA8210 AFLCMC PZZK
FPDS Organization Code
5700-FA8210
Source Organization Code
500019389
Last Updated
June 15, 2022
Last Updated By
cydnee.green@us.af.mil
Archive Date
June 16, 2022