SOURCES SOUGHT
99 -- Canopy Bow Frame and Panel Assembly
- Notice Date
- 5/8/2008
- Notice Type
- Sources Sought
- NAICS
- 333319
— Other Commercial and Service Industry Machinery Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
- ZIP Code
- 93524-1185
- Solicitation Number
- F1S0AX8074B001
- Point of Contact
- Nathan C. Hansing,, Phone: 6612778470
- E-Mail Address
-
nathan.hansing@edwards.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Source Sought posting for market research purposes only. This is not a request for Quote. The Air Force Flight Test Center at Edwards AFB, CA is seeking vendors capable of providing the following items/upgrades to the Main instrument Panel Assembly and the Canopy Bow Frame of the Manned Flight Simulator to support the F-35/JSF. ; Line Item 1: Part #: DSYM-F35-MC-01 - AWMS/JSF Main Instrument Panel Assembly (upgrade only). Qty: 3; Line Item 2: Part #: DSYM-F35-CB-01 – AWMS/JSF Canopy Bow Frame (upgrade only). Qty: 3; STATEMENT OF WORK; FOR; MANNED FLIGHT SIMULATOR (MFS) COCKPIT MODIFICATIONS TO SUPPORT F-35/JSF HMD AND PCD UPGRADES; 1.0 Description of Services; 1.1 Introduction; This Statement of Work (SOW) outlines the requirement for upgrade modifications required for the MFS JSF consoles to allow systems integration of a new Multifunction Display (MFD), now identified as the Panoramic Cockpit Display (PCD), within the existing glare shield structure, a component of the Main Instrument Panel Assembly (original Part Number RC-EDW-FC-35) and to allow the systems integration of new head tracker instrumentation within the existing JSF canopy bow frame structure (original Part Number RC-EDW-CD-35). These two console component upgrades are to be produced for the three (3) MFS JSF/F-35 reconfigurable cockpits, which were developed and delivered previously by Symvionics, Inc to the AFFTC, 412th Test Wing, Electronic Warfare Group (EWG) in support of the Air Warfare Mission Simulator (AWMS) and JSF programs. ; 1.2 Scope; 1.2.1. The contractor shall upgrade the Main Instrument Panel Assembly (Glare Shield), Part Number RC-EDW-FC-35 and Canopy Bow Frame, Part Number RC-EDW-CB-35 to the new configurations identified as Part Numbers DSYM-F35-MC-01 and DSYM-F35-CB-01. The new components shall be upgraded to be able to handle (fit and function) the new PCD and Head tracker instrumentation.; 1.2.2. The contractor shall analyze the new PCD and Head tracker instrumentation systems for fit and function within the existing glare shield and bow frame structures, respectively.; 1.2.3. To upgrade these MFS cockpit components, the contractor shall disassemble the appropriate MFS JSF/F-35 RCC systems, complete the structural modifications required, and reassemble with the upgraded parts. ; 1.2.4. The contractor shall check for proper fit and function of the upgraded components with the new PCD and Head tracker instrumentation units. ; 1.2.5. The contractor shall perform acceptance test procedures after upgrade has been completed in accordance with their ATP procedures. The Government end user shall complete a Physical Configuration Audit (PCA) prior to final acceptance.; 1.3. Engineering Service; 1.3.1. Redesign analysis (including updated drawings and parts lists) for the upgraded modifications for each structural component change to the MFS components shall be provided by the Contractor.; 1.4. Deliverables; 1.4.1. The contractor shall deliver the following upgraded parts to the Government:; 3 each modified MFS JSF Main Instrument Panel Assemblies (Glare Shields); 3 each modified MFS JSF Canopy Bow Frames; 1.5. Special Considerations; 1.5.1. The contractor shall warrant upgraded units for 12 months after delivery and final acceptance by the Government. Delivery and acceptance shall take place at Edwards AFB, CA.; 1.6 Program Management; 1.6.1 Task Management; The contractor shall notify the AFFTC Contracting Officer’s Technical Representative (COTR) in a timely manner concerning any issues that would adversely impact the contractor’s inability to meet and satisfy the requirements of this SOW.; Place of delivery and acceptance is Edwards AFB, CA 93524; Please note that this synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirements are invited to submit in writing complete information describing their ability to provide this service.; FOB Destination; Edwards AFB, CA 93524. Firms responding to this synopsis must identify their company’s capabilities to perform the requirements described herein, reference the synopsis number, and indicate whether or not that they are a small or small disadvantaged business concern as defined in FAR 52.219-1. The NAICS code is 333319. The Small Business size standard is 500 employees.; The information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Air Force not to open the requirement to open competition, based on response to this sources sought synopsis, is solely within the discretion of the Air Force. The Government does not intend to pay for any information provided under this sources sought synopsis. It is anticipated that a Firm Fixed Price contract will be awarded in May 2008. ; All responses may be sent via e-mail to Nathan.hansing@edwards.af.mil or mailed to AFFTC/PKE, 5 South Wolfe Ave, Edwards AFB, CA 93524-1185, Attention: Nathan Hansing. Responses to this sources sought synopsis are due in the office by 12:15 PST, 13 May 2008.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a74f92797a768f7f947cc1c640c24777&tab=core&_cview=1)
- Place of Performance
- Address: 5 S. Wolfe Ave., Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN01569644-W 20080510/080508221226-a74f92797a768f7f947cc1c640c24777 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |