Skip to main content

An official website of the United States government

You have 2 new alerts

AIRCRAFT SMART WEAPONS TEST SET(ASWTS)

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Nov 23, 2022 01:53 pm EST
  • Original Published Date: Oct 04, 2022 10:20 am EDT
  • Updated Response Date: Dec 04, 2022 04:00 pm EST
  • Original Response Date: Nov 04, 2022 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 4920 - AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT
  • NAICS Code:
    • 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
  • Place of Performance:
    Warner Robins , GA 31098
    USA

Description

23 NOV 2022: POSTED: ATS-Robins Contracting Industry Outreach (IOE) briefing charts. Robins Contracting Industry Outreach held on 1 NOV 2022.   

04 OCT 2022: SOURCES SOUGHT POSTED: The Government is conducting market research to identify potential sources that possess products and innovative technological solutions to meet the Air Force requirements of a test set for all currently deployed weapons systems’ communications interfaces, including both legacy and smart weapons. 
In accordance with Federal Acquisition Regulation (FAR) 52.215-3: (a) The Government does not intend to award a contract on the basis of this market research or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the FAR. (b) Although "proposal" and "offeror" are used in this Sources Sought Synopsis, your response will be treated as informational only. It shall not be used as a proposal. (c) This Sources Sought is issued for the purpose of market research.

The Government is pursuing an Aircraft Smart Weapons Test Set (ASWTS) that is platform agnostic to replace three types of existing armament testers currently used to support fighter aircraft. The legacy testers to be replaced by ASWTS are the F-16 Armament Circuits Preload Test Set (ACPTS), National Stock Number (NSN) 4920013268961, F-15 T-199, NSN 4920016685951, and the A-10 Stray Voltage Tester (SVT)/Digital Voltage Tester (DVT), NSN 4920011213601 and NSN 4920015504494.   

While industry sources are requested to provide full and comprehensive responses to the questionnaire, all information is voluntary and the Government will not reimburse sources in any way for responses provided. Likewise, a company’s participation in the market research via the Contractor Capability Survey does not obligate the Government to enter into any contractual agreement, either formally or informally with a company.

If you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting the tentative requirements listed in the ASWTS Tentative Requirements document. Failure to provide documentation may result in the Government being unable to adequately assess your capabilities. Attached to this Sources Sought is a ASWTS Tentative Requirements and ASWTS Contractor Capability Survey.

The ASWTS Contractor Capability Survey attachment is to provide your company’s responses to the Capability Survey Part I and Part II. The Government requests direct and concise responses to each capability question. Marketing material is considered an insufficient response to this information request. A point of contact that can speak for the responding company should be identified to support further Government inquiries as well as explanations that might be needed with regard to the information provided.  Ensure all submitted data is in a readable electronic format that can be received through a firewall. Attachments shall not exceed 10 MB per email. No phone calls will accepted. Respondents should indicate which portions, if any, of their response are proprietary and should mark them accordingly.  Multiple emails are acceptable.  Responses must be sent via email to the following:

   Sandra E. Harvey, Contracting Officer, sandra.harvey.2@us.af.mil
   Stephanie U. Akles, Contracting Officer, stephanie.akles.1@us.af.mil
   Daniel E. Segno, Section Chief, daniel.segno@us.af.mil
   Shannon F. Green, Program Manager, shannon.green.5@us.af.mil

Contact Information

Contracting Office Address

  • CP 478 926 1384 235 BYRON ST BLDG 300 STE 19A
  • ROBINS AFB , GA 31098-1670
  • USA

Primary Point of Contact

Secondary Point of Contact

History