Ohio Bids > Bid Detail

Sources Sought - LRA-900 Radio Altimeter Upgrade

Agency:
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159149678181471
Posted Date: Nov 21, 2023
Due Date: Dec 6, 2023
Source: https://sam.gov/opp/44b7855b92...
Follow
Sources Sought - LRA-900 Radio Altimeter Upgrade
Active
Contract Opportunity
Notice ID
FA8609-R-RADALT
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Sub Command 2
MOBILITY AIRCRAFT
Office
FA8609 AFLCMC WLCK KC46
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 21, 2023 07:37 am EST
  • Original Published Date: Nov 20, 2023 03:23 pm EST
  • Updated Response Date: Dec 06, 2023 04:00 pm EST
  • Original Response Date: Dec 20, 2023 04:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Dec 07, 2023
  • Original Inactive Date: Dec 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5841 - RADAR EQUIPMENT, AIRBORNE
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Wright Patterson AFB , OH 45433
    USA
Description View Changes

Sources Sought Synopsis (Not a Notice of Solicitation)





PSC: 5841 – Radio Equipment, Airborne





NAICS: 334511 – Search, Detection, Navigation, Guidance, Aeronautical and Nautical System and Instrument Manufacturing





Place of Performance: Wright Patterson AFB, Ohio





Notice from the United States Air Force, Air Force Life Cycle Management Center (AFLCMC), Mobility and Training Aircraft Directorate, KC-46 Contracting Division at Wright-Patterson Air Force Base (WPAFB), Ohio:





The KC-46 Division Contracting Branch, Wright Patterson AFB, Ohio is seeking capabilities packages of potential sources, including small businesses (SB). This sources sought synopsis is published for market research purposes only, to identify potential sources capable of retrofitting the hardware and firmware on the LRA-900-002 radio altimeter to the LRA-900-004 configuration and delivering a rotational pool of spare LRA-900-004 units.





The Government is seeking capabilities packages from all potential sources, including but not limited to: small business (SB), 8(a) participants, HUBZone Small Business, Economically Disadvantaged Women-Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), and Service-Disabled Veteran-Owned Small Business (SDVOSB).





REQUIREMENT SPECIFICATIONS:





The Government is performing market research on potential sources capable of performing a retrofit and delivering a rotational spare pool of the below items:





Current P/N before Retrofit: LRA-900-002



NSN: 5841-01-580-8081





Requested P/N after Retrofit: LRA-900-004



NSN has not been defined.





Anticipated Quantity of Retrofit Units: 240 Units



Anticipated Quantity of Spare LRA-900-004 Units: 15 Units





This notice is for market research purposes only to identify contractors who have the skills, experience, knowledge, and ability to obtain proprietary data to retrofit this item. The Government is seeking Contractors with the ability to perform the necessary hardware and software upgrade of the LRA-900-002 Radio Altimeter to the LRA-900-004 configuration in accordance with FAA AD-23-12. The upgrade shall maintain FAA STC compliance. The upgrade must be performed by a FAA Part 145 vendor/facility. The vendor will receive LRA-900-002 units from the Government’s main operating base in lots of 3 or more and ship the same number of LRA-900-004 units back to the Government. This notice is searching for capable vendors to upgrade the unit only, it will not be required to perform the procedures to remove the unit and reinstall the unit to the aircraft. The anticipated number of LRA-900-002 units to be upgraded to LRA-900-004 units is 240 units. Delivered units shall include a minimum of a 1-year warranty. Performance of the upgrade requires access to the Original Equipment Manufacturer (OEM) service bulletin to perform the necessary upgrade of OEM certified units. Potential vendors must have the capacity to perform the abovementioned retrofit and deliver 15 LRA-900-004 spare units.





All interested vendors shall submit a response demonstrating their capability to provide this service to the Primary Point of Contact listed below. As stipulated in FAR 15.201, 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; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.



Any information submitted by respondents to this sources sought synopsis 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 not.



The Government anticipates issuing a Firm-Fixed Price (FFP) sole source order under the existing Defense Logistics Agency (DLA) Land and Maritime at Aberdeen (DLA Aberdeen), Contract SPRBL1-15-D-0017 to the Raytheon Company (CAGE CODE 05716). Raytheon is defined as Raytheon Technologies, which includes Rockwell Collins, otherwise known as Collins Aerospace, the anticipated Sole-Source provider of the LRA-900-004.



CAPABILITIES PACKAGE:



Interested parties shall submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the stated requirements with sufficiently qualified personnel, as outlined in the abovementioned requirements specifications. Capability packages must not exceed 5 pages.





Responses should include the following:





1. Company name, physical and mailing address:





2. Point of contact with phone number and email address:

3. Statement of your intention to submit a bid for this requirement as a Prime contractor:

4. A statement as to whether your company is domestically or foreign owned or controlled (if foreign, please indicate the country), and whether use of any foreign national employees are contemplated on this effort:

5. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided:

6. Statement as to your capability (including financial) and capacity to perform and manage the work:





7. Statement explaining how your company will perform this work. Specifically:



-How will your company complete the retrofits at a rate up to 32 per week, no less than 15 a week



-Demonstration of FAA Part 145 compliance



-Demonstration of conducting the required retrofit while maintaining FAA STC compliance



-Units delivered with a minimum 1-year warranty





8. Statement clearly describing your related background and experience with retrofitting Radio Altimeters (last 10 years), to include contract numbers, project titles, dollar amounts, and points of contact:

9. Statement of business size in relation to the size standard stated above:

10. Statement of socio-economic status (e.g. large, small, 8(a), HUBZone, Service-Disabled Veteran-Owned small business, etc):



11. Provide Dun & Bradstreet (DUNS) number and Commercial and Government Entity (CAGE) Code:





Advertising or marketing information is NOT appropriate.





Responses may be submitted electronically to the following e-mail address: karen.thomas.13@us.af.mil. All correspondence sent via email shall contain a subject line that reads "LRA-900 Radio Altimeter Upgrade” If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments and any email greater than 15 MBs. 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.





RESPONSES ARE DUE NOT LATER THAN 06 DEC 2023 4PM EST. Direct all questions concerning this acquisition to Karen Thomas, karen.thomas.13@us.af.mil.








Attachments/Links
Contact Information
Contracting Office Address
  • CP 937 656 5842 2590 LOOP RD W BLDG 558 RM 210
  • WRIGHT PATTERSON AFB , OH 45433-7108
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >