Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 30, 2005 FBO #1465
SOLICITATION NOTICE

59 -- Sources Sought for Complete Organic repair of AN/APX-118(V) Transponder Set sub-assemblies and upgrade of the RT-1836(C )/APX-118(V)Receiver Transmitter, Radio(transponder) to RT-1912(C)/APX-118(V)Receiver Transmitter, Radio (transponder).

Notice Date
11/28/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
MARKET-SURVEY-6038
 
Response Due
12/8/2005
 
Archive Date
2/6/2006
 
Small Business Set-Aside
N/A
 
Description
CONTACT Kate McDevitt, (732) 532-9677. The sole source solicitation shall be for a firm fixed price 5 year Indefinite Delivery Indefinite Quantity (IDIQ) contract to repair RT-1836(C ), RT-1912(C) Transponders, various sub-assemblies/modules and upgr ading the RT-1836(C) transponder to RT-1912(C) transponder. This market survey is to locate additional commercial sources for Depot Repair Support Services for the AN/APX-118 Transponder Set. This will be an effort involving total and complete organic repa ir down to the piece part level and the contractor will have to overcome problems relating to repair parts obsolescence when problems of this nature arise. This effort shall also include upgrading the RT-1836(C) to RT-1912(C) to incorporate Modification W ork Order (MRO). These tasks include repair of Line Replaceable Units (LRU) and Shop Replaceable Units (SRU). The services to be provided to the government will not reflect total government repair needs, but only the repair needs that, which at any given p oint in time, are discovered to be above and beyond that which government depot facility can accomplish in the timeframe necessary, using government depot facilities and/or other levels of repair (AVIM, AVUM, SRA etc.). The following items have been identified as candidates for repair: ITEM NAME NSN COMMERCIAL P/N TOTAL MIN QTY TOTAL MAX QTY RF Module 7035-01-503-7423 1023987G-1 97 290; Signal Board Computer, CCA with Mode 4 or Mode 4/5 Software TBD TBD 1024034G-1 TBD 97 290 Signal Processor, CCA 5998-01-510-5853 1023983G-2 0 97 Power Supply 6130-01-504-6121 1008956P-2 483 966 Receiver/Transmitter Radar, RT-1836(C ) 5895-01-504-0407 1008939G-5 25 190 Chassis Assembly 5975-01-512-7961 1008947G-4 25 190 Control Transmitter, Radar C-12664 5841-01-512-7961 1008940P-5 75 632 Crypto Module, M4 (two configurations) 5998-01-525-9679 5998-01-526-2159 1023971G-5 1052191G-1 0 82 Receiver/Transmitter Radar, RT-1912(C ) TBD 1008939G-9 56 215 Chassis Assembly without Mode 4/5 embedded Crypto Modules TBD 1071516G-* 56 215 Chassis Assembly with Mode 4/5 embedded Crypto Modules TBD 1071516G-1 111 287 Crypto Module, M5 TBD 1052341G-3 0 143 Control Transmitter, Radar C-12720 TBD 1008940P-9 167 717 UPGRADE of RT-1836(C ) to RT-1912(C ) TBD TBD 0 90 The current commercial source for complete organic repair and RT-1836(C ) upgrade requirements is BAE Systems. Detailed Technical Data and updated/current drawings are not available from the Army. The LRUs and SRUs above are part of the AN/APX-118(V) Trans ponder Set that have been manufactured and repaired exclusively by BAE Systems, and therefore, there already exists provisioning, logistics and maintenance support in place. There is currently no detailed Technical Data for the AN/APX-118 Transponder Set a nd sub-assemblies/modules available from the Army. The government does not possess drawings and other final documentation for the AN/APX-118(V) and sub-assemblies. The repaired/upgraded transponders and the repaired sub-assemblies/modules shall be warrant ed to meet the following criteria: Form, fit and functionally interchangeable,(down to the module/circuit card assembly), with BAE Systems Part Numbers, including Mode 4/5 configurations of items above that are currently in development by BAE Systems. Meet requirements for DOD AIMS 97-1000 (DoD International AIMS Program Performance Standard, para. 4.1), DoD AIMS Program Office (approval is required prior to procuring COTS/NDI to be used as replacement for an interface with existing AIMS systems). CECOM will not want to spend the time or in cur any additional cost due to new/additional provisioning, logistics and maintenance support for different AN/APX-118 LRU/SRU configurations as a result of repair/upgrading. Turn around Repair Time of thirty(30) days is required for Transponders and sub- assemblies and forty-five(45) days turn around time is required for the RT-1836(C )/AP X-118(V) repaired and upgraded to the RT-1912(C )/APX-118. Meet requirements of Navy Contract N00019-05-D-0027 and Navy ALPHA contract testing criteria. The Modules, Circuit Card Assemblies(CCAs) and sub-assemblies shall be warranted to be form, fit a fun ctionally interchangeable with BAE Systems Part Numbers. When the Modules, Circuit Card Assemblies(CCAs) and sub-assemblies are assembled in the RT-1XXX(C )/APX-118(V) Transponders, the Transponders shall meet all the above Transponder criteria. Potential supplier for repair/upgrade services will be required to have SECRET Facility clearance with SECRET safeguarding capability and have a COMSEC account and meet Operations Security (OPSEC) requirements. The current commercial Organic Repair source for Trans ponders, Modules and sub-assemblies that meets all the above criteria is BAE Systems. Potential suppliers capable of providing complete Organic Repair/upgrade of these Transponders and Organic repair of Modules, CCAs, and sub-assemblies of the AN/APX-118(V) Transponder Set, must so indicate by writing to Commander, USA CECOM, ATTN: AMSEL- LC-IEW-C-CM, Building 1201E, Fort Monmouth, NJ 07703-5000. The response must include documentation such as test results and Technical Data, demonstrating compliance with the above. Successful supplier(s) may be required to warrant that the items supplied under these services will meet all the above mentioned requirements and will satisfactorily perform when used for the purpose intended. For more information, contact Kate McDevitt (732) 532-9677. The deadline for response is 8 Dec 2005. EMAIL ADDRESS: kate.mcdevitt@us.army.mil
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00938375-W 20051130/051128211943 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.