Search Contract Opportunities

Rapid Acquisition of a Radio Frequency (RF) Electronic Warfare (EW) Threat Simulator   3

ID: FA248723RA006 • Type: Sources Sought
By the Time It's in SAM, It's too Late

Find opportunities months earlier with HigherGov forecasts

Free Trial Schedule Demo

Description

Posted: April 20, 2023, 12:26 p.m. EDT

2nd AMENDMENT: The Government is continuing market research by providing the opportunity for companies to demonstrate their capability to convert files in accordance with the Statement of Objectives. These one (1) hour demonstrations will be held on Tuesday (25 April 2023) from 0800 until 1400. The restricted demonstration requirements are provided by attachment not available through this posting. In accordance with the requirements below, this attachment may be requested by contacting Nick Griswold at nicholas.griswold.2@us.af.mil. If interested in participating, please respond by COB 21 April 2023 for consideration.

1st AMENDMENT: The Statement of Objectives has been updated based on questions received. The updated SOO and the Questions and Answers remain restricted and requires the proper certification described in the original notice below. Additional questions may be submitted no later than 24 Mar 2023.

SOURCES SOUGHT/REQUEST FOR INFORMATION FOR RAPID ACQUISITION OF A RADIO FREQUENCY THREAT SIMULATOR 5

The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), is currently conducting market research seeking capabilities statement from all 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 the requirement listed below.

DESCRIPTION: The 68th EWS requires procurement of one Electronic Warfare Threat Simulator and related equipment and support. Procurement and support is made up of the following activities/products/services:

1. SYSTEM DESIGN
2. DESIGN REVIEWS
3. SYSTEM DELIVERY/INSTALLATION
4. ACCEPTANCE TEST
5. TECHNICAL SUPPORT
6. MAINTENANCE/SUSTAINMENT

The following requirements must be met or exceeded for the Electronic Warfare Threat Simulator:

o Sustained system performance IAW the available Statement of Objectives (provided upon request).
o Services will be required including technical telephone support, trouble reporting, parts repair evaluation, parts repair, and on-site hardware and/or software problem support when required.

Since foreign participation is not permitted for this acquisition, a Draft Statement of Objectives 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. Department of Defense (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. JCP registration information and instructions are available at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. Comments on the draft SOO 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 RATS 5 Statement of Objectives (SOO) and Government Questionnaire, contact the Contract Specialist identified below with proof of certification.

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 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals, with a size standard of 750 employees. 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. Foreign participation will not be permitted. Participation is to be restricted to U.S. contractors.

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. Responses should include the company name, CAGE code, point of contact, address, and phone number. Small businesses with only partial capabilities of this requirement are encouraged to submit their response 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. The response must not exceed 50 pages.

Responses may be submitted electronically to the following e-mail address: nicholas.griswold.2@us.af.mil. All correspondence sent via email shall contain a subject line that reads FA248723RA006-RATS 5. 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.

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 sam.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 ARE DUE NO LATER THAN 11:00 A.M. (CST) ON 31 Mar 2023. Direct all questions concerning this requirement to Nick Griswold at nicholas.griswold.2@us.af.mil NLT 3 Mar 2023 at 3:00 pm Central Time.

Attachments:

1. Statement of Objectives (SOO) for RATS 5 (Not attached. See above.)
2. Government Questionnaire for RATS 5 (Not attached. See above.)

Posted: April 20, 2023, 11:26 a.m. EDT
Posted: March 17, 2023, 2:08 p.m. EDT
Posted: March 6, 2023, 1:03 p.m. EST
Posted: Feb. 24, 2023, 2:55 p.m. EST
Posted: Feb. 23, 2023, 9:28 a.m. EST

Overview

Response Deadline
April 24, 2023, 6:00 p.m. EDT (original: March 10, 2023, 12:00 p.m. EST) Past Due
Posted
Feb. 23, 2023, 9:28 a.m. EST (updated: April 20, 2023, 12:26 p.m. EDT)
Set Aside
None
PSC
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
750 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Low
Odds of Award
33%
On 2/23/23 Air Force Test Center issued Sources Sought FA248723RA006 for Rapid Acquisition of a Radio Frequency (RF) Electronic Warfare (EW) Threat Simulator due 4/24/23. The opportunity was issued full & open with NAICS 334515.
Primary Contact
Name
Nick Griswold   Profile
Phone
None

Secondary Contact

Name
Craig L. O'Neill   Profile
Phone
None

Documents

Posted documents for Sources Sought FA248723RA006

Opportunity Lifecycle

Procurement notices related to Sources Sought FA248723RA006

Incumbent or Similar Awards

Contracts Similar to Sources Sought FA248723RA006

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought FA248723RA006

Similar Active Opportunities

Open contract opportunities similar to Sources Sought FA248723RA006

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE TEST CENTER > FA2487 AFTC PZIE
FPDS Organization Code
5700-FA2487
Source Organization Code
500020405
Last Updated
May 9, 2023
Last Updated By
nicholas.griswold.2@us.af.mil
Archive Date
May 10, 2023