Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2008 FBO #2272
SOLICITATION NOTICE

59 -- 59--Sources Sought for Complete Depot Repair Support Services for the AN/APX-118(V) and AN/APX-123(V) Transponder Set sub-assemblies, and upgrade services.

Notice Date
2/13/2008
 
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-4134-1
 
Response Due
2/27/2008
 
Archive Date
4/27/2008
 
Point of Contact
Andrea Ferrell, 732-532-5585
 
E-Mail Address
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(andrea.ferrell@conus.army.mil)
 
Small Business Set-Aside
N/A
 
Description
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 upgrade 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 Level repair down to the piece par t 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, ar e 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 Part Number TOTAL MIN QTY TOTAL MAX QTY RF Module 5998-01-503-7423 1023987G-* 10 200 Receiver/Transmitter Radar, RT-1836(C ) 5895-01-504-0407 1008939G-5 35 210 Chassis Assembly 5975-01-512-7961 1008947G-* 5 30 Control Transmitter, Radar C-12664 5841-01-493-8789 1008940P-5 15 75 Crypto Module, M4 (two configurations) 5998-01-525-9679 5998-01-526-2159 1023971G-* 1052191G-* 10 70 Receiver/Transmitter Radar, RT-1912(C ) 5895-01-5 39-9151 1008939G-9 0 400 Chassis Assembly without Mode 4/5 embedded Crypto Modules TBD 1071516G-* 0 30 Chassis Assembly with Mode 4/5 embedded Crypto Modules TBD 1071516G-1 0 20 Crypto Module, M4/5 TBD 1052341G-* 0 200 Contr ol Transmitter, Radar C-12720 5895-01-539-9148 1008940P-9 0 100 UPGRADE of RT-1836(C ) to RT-1912(C ) 0 50 The current source for complete Depot Level repair and upgrade requirements is BAE Systems. Detailed Technical Data and 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) Transponder Sets that are manufactured and repaired exclusively by BAE Systems, and therefore, there already exists provisioning, logistics a nd maintenance support in place. There is currently no detailed Technical Data for the AN/APX-118(V) and AN/APX-123(V) Transponder Sets and sub-assemblies/modules available from the Army. The government does not possess drawings and other final documenta tion for the AN/APX-118(V), AN/APX-123(V) and sub-assemblies. The repaired/upgraded transponders and the repaired sub-assemblies/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 existing 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 Crypto Module, M4 (two configurations) 5998-01-525-9679 5998-01-526-2 159 1023971G-* 1052191G-* Receiver/Transmitter Radar, RT-1912(C ) 5895-01-539-9151 1008939G-9 Chassis Assembly with Mode 4/5 embedded Cr ypto Modules TBD 1071516G-1 Crypto Module, M4/5 TBD 1052341G-* Modification Kit TBD 1071904G-1 CECOM 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 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 functionally interchangeable with BAE Systems Part Numbers. When the Modules, Circuit Card Assemblies(CCAs) and sub-assemblies are assembled in the RT-1838(C)/APX-118(V) and the RT-1912(C )/APX-123(V) Transponders, the Transpo nders 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) requir ements. 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) a nd complete Depot Level Repair of the AN/APX-123(V) Transponders; and complete Depot Level Repair of Modules, CCAs, and sub-assemblies of the AN/APX-118(V) and the AN/APX-123(V) Transponder Sets, must so indicate by writing to Commander, US Army CECOM 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 27 Feb 2008. 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
SN01508108-W 20080215/080213224734 (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.