F-16 SADL OFP Updates and Software Maintenance

expired opportunity(Expired)
From: Federal Government(Federal)
FA8232-22-R-SADL

Basic Details

started - 29 Sep, 2022 (18 months ago)

Start Date

29 Sep, 2022 (18 months ago)
due - 29 Oct, 2022 (17 months ago)

Due Date

29 Oct, 2022 (17 months ago)
Bid Notification

Type

Bid Notification
FA8232-22-R-SADL

Identifier

FA8232-22-R-SADL
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705762)DEPT OF THE AIR FORCE (60189)FA8232 AFLCMC WWMK (89)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

SOURCE SOUGHT SYNOPSIS:F-16 Situation Awareness Data Link (SADL) Software Operational Flight Program (OFP) Updates and Software MaintenanceNOTICE TYPE:Sources SoughtSOURCES SOUGHT NUMBER:FA8232-22-R-SADLNOTICE: This is not a solicitation but rather a Sources Sought Synopsis 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, and 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 336413, which has a corresponding size standard of 1,250 employees. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUB-Zone, and Woman-Owned small business concerns. The Government requests that interested parties respond to this notice and identify your small business status in relation to the
aforementioned NAICS code, if applicable. Additionally, please provide any anticipated teaming arrangements, along with a description of similar offerings to the Government and to commercial customers within the past three years. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime contractor and the work that will be accomplished by the teaming partners. The Government will use this information for acquisition planning purposes.PROGRAM DETAILSThe following information is provided to identify potential contractors who have the skills, experience, and knowledge required to successfully provide the described capability. AFLCMC/WAMB F-16 Integration Section, Hill AFB, UT intends to award a one year contract with potential for four optional years to support integration of SADL Original Equipment Manufacturer (OEM) OFP software updates into the 309th Software Maintenance Group (SMXG) USAF F-16 Block 30/32 Software Capability Upgrade (SCU) OFPs. The SADL OEM OFP software update integration provides a technology which aids in awareness and assessment of changing threats and tactics in combat environments.  This action is being conducted to identify potential sources capable of meeting the requirements for the following:Provide software support and SADL OEM OFP software updates for the SADL Radio OFP to satisfy requirements for Gateway, Forward Air Controller (FAC), enhanced key management, and Army EPLRS compatibility.Support all SCU OFP updates to include changes relating to the SADL OEM OFP software updates as directed by AFLCMC/WAMB.Maintain SADL Software Applications such as SADL Support Equipment (SSE), Windows Forward Air Controller (WINFAC), SADL Carry-on, the SADL Host Driver, and provide changes as directed by AFLCMC/WAMB.Support software demonstration, installation and integration of the SADL System and applications into platforms and/or facilities as they become defined by the warfighter’s mission requirements, as directed by AFLCMC/WAMB.Note that the SADL system is a Raytheon proprietary system. The Government does not own the data rights to the system. Funding is not available for a reverse engineering effort. The Government does not believe that replacing the system would be an affordable alternative to updating the software through this effort.RESPONSESResponses shall address whether the interested party is capable of meeting the requirements identified in paragraph 2. When responding please include the following information:Company name and CAGE code.Point of contact information. Please provide an email address and phone number.Suggested NAICS Code, if 336413 is not considered appropriate for this effort.Business classification (e.g. large or small, 8(a), woman-owned, etc.)U.S. or foreign-owned entity.Experiences with same or similar items and/or support. Please describe.Would you be a prime or subcontractor?Lead time for the task performance.What type of software maintenance contract would you be able to provide?Do you have the ability to access information and permission to use Raytheon Company proprietary data? NOTE: The requirements described under this Sources Sought Synopsis require access to Raytheon Company proprietary data which the Government does not own and for which the Government cannot provide assistance in obtaining.THIS IS A REQUEST FOR INFORMATION ONLY. This sources sought synopsis is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This sources sought synopsis does not commit the Government to contract for any supply or service whatsoever; furthermore, the Government is not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this synopsis. All costs associated with responding to this synopsis will be solely at the responding party’s expense. The Government requests that non-proprietary information be submitted in response; however, should proprietary information be submitted, it should be marked “PROPRIETARY” and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.Respondents are requested to provide an executive summary, relevant history, and evidence of capability to successfully perform the effort, not to exceed 10 pages. Copies of your submitted information will be distributed to the AFLCMC/WAMB and the Contracting Officer for review. Interested parties are requested to submit one (1) copy of the aforementioned summary to the Contract Specialist, miranda.brown.3@us.af.mil, no later than 30 calendar days after publication of this notice. Telephone and/or FAX responses will not be accepted.CONTACT INFORMATIONContracting Office:      AFLCMC/WAMKA      6072 Fir Avenue, Bldg. 1233      Hill AFB, UT 84056           Primary Point of Contact:                     Alternate Point of Contact:      Ms. Miranda Brown                                 Mr. Nathan Lee      Contract Specialist                                    Contracting Officer      miranda.brown.3@us.af.mil                     nathan.lee.3@us.af.mil      (801) 586-0960                                         (801) 777-6878

CP 801 586 8478 6072 FIR AVE  HILL AFB , UT 84056-5820  USALocation

Place Of Performance : CP 801 586 8478 6072 FIR AVE HILL AFB , UT 84056-5820 USA

Country : United StatesState : Utah

You may also like

F-16 Avionics Hardware and Software Integration

Due: 17 May, 2024 (in 27 days)Agency: DEPT OF DEFENSE

F-16 SADL OFP Updates and Software Maintenance

Due: 13 Jul, 2024 (in 2 months)Agency: DEPT OF DEFENSE

Classification

naicsCode 336413Other Aircraft Parts and Auxiliary Equipment Manufacturing