Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2007 FBO #1906
SOLICITATION NOTICE

59 -- Sources Sought for Complete Depot Repair for AN/APX-118(V) & AN/APX-123(V) Transponder Set sub-assemblies & upgrade of RT-1836(C)/APX-118(V)Receiver Transmitter, Radio transponder - RT-1912(C)/APX-123(V)Receiver Transmitter, Radio transponder.

Notice Date
2/12/2007
 
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-3022-1
 
Response Due
2/28/2007
 
Archive Date
4/29/2007
 
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 upgra de the RT-1836(C ) transponder to the RT-1912(C ) transponder. This market survey is to locate additional sources for Depot Repair Support Services for the AN/APX-118(V) and AN/APX-123(V) Transponder Sets. This will be an effort involving complete Depot Le vel repair 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 the RT-1912(C ) to incorporate Modification Work 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 point 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 hav e been identified as candidates for repair: ITEM NAME; NSN; Part Number; TOTAL MIN QTY; TOTAL MAX QTY; RF Module; 5998-01-503-7423; 1023987G-* 97; 290; Single Board Computer, CCA with current Army Software 5998-01-510-5897; 1024034G-* 97; 290; Signal Processor, CCA 5998-01-510-5853; 1023983G-* 0; 97; Power Supply; 6130-01-504-6121; 1008756P-* 483; 966; Receiver/Transmitter Radar, RT-1836(C ); 5895-01-504-0407; 1008939G-5 25; 190; Chassis Assembly; 5975-01-512-7961; 1008947G-* 25; 190; Control Transmitter, Radar; C-12664; 5841-01-493-8789; 1008940P-5; 75; 632 Crypto Module, M4; (two configurations); 5998-01-525-9679; 5998-01-526-2159; 1023971G-* 1052191G-* 0; 82; Receiver/Transmitter Radar, RT-1912(C ) 5895-01-539-9151; 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-*; 0; 143; Control Transmitter, Radar; C-12720; 5895-01-539-9148; 1008940P-9; 167; 717; UPGRADE of RT-1836(C ) to RT-1912(C ); 0; 90; The current source for complete Depot Level repair and 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) and AN/APX-123(V) Transp onder Sets that are 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(V) and AN/APX-123(V) Tr ansponder Sets and sub-assemblies/modules available from the Army. The government does not possess drawings and other final documentation for the AN/APX-118(V), AN/APX-123(V) and sub-assemblies.The repaired/upgraded transponders and the repaired sub-assem blies/modules shall be warranted 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 ex isting AIMS systems. Meet requirements for observance of all regulations for handling, shipment and storage of the following Cryptographic Controlled Item (CCI) equipment: ITEM NAME; NSN; Part Number; Receiver/Transmitter Radar, RT-1836(C ); 5895-01-504-0407; 1008939G-5; Cry pto Module, M4 (two configurations); 5998-01-525-9679 5998-01-526-2159; 1023971G-* 1052191G-*; Receiver/Transmitter Radar, RT-1912(C ); 5895-01-539-9151; 1008939G-9; Chassis Assembly with Mode 4/5 embedded Crypto Modules;TBD; 1071516G-1; Crypto Module, M5; TBD; 1052341G-*; Modification Kit; TBD; 1071904G-1; C-E LCMC will not want to spend the time or incur any additional cost due to new/additional provisioning, logistics and maintenance support for different AN/APX-118(V) and AN/APX-123(V) LRU/SRU configurations as a result of repair/upgrading. Turn around Repair Time of forty-five(45) days is required for Transponders and sub-assemblies and sixty(60) days turn around time is required for the RT-1836(C )/APX-118(V) repaired and upgraded to the RT-1912(C )/APX-123. Meet requirements of Navy Contra ct 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 functionally interchangeable with BAE Systems Part Numbers. When the Modules, Circuit Card Ass emblies(CCAs) and sub-assemblies are assembled in the RT-1838(C )/APX-118(V) and the RT-1912(C )/APX-123(V) Transponders, the Transponders shall meet all the above Transponder criteria. Potential supplier for repair/upgrade services will be required to hav e 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 Transponders, Modules and sub-assemblies that meets all the above criteria is BAE Systems. Potential suppliers capable of providing complete Depot Level Repair/upgrade of the AN/APX-118(V) and complete Depot Level Repair of the AN/APX-123(V) Transponders; and complete Depot Level Repair of Modules, CCAs, and sub-assembli es of the AN/APX-118(V) and the AN/APX-123(V) Transponder Sets, must so indicate by writing to Commander, US Army C-E LCMC, ATTN: AMSEL-LC-IEW-N-CM, Building 1201E, Fort Monmouth, NJ 07703-5000. The response must include documentation such as test results , Technical Data, verification of COMSEC account 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 28 Feb 2007. 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
SN01230653-W 20070214/070212223547 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.