SOURCES SOUGHT
49 -- H-60 ALFS Depot Support Equipment Lot 1
- Notice Date
- 5/25/2011
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-11-R-0199
- Archive Date
- 6/29/2011
- Point of Contact
- Walter Cuje, , Nancy E Delaney, Phone: (732) 323-4478
- E-Mail Address
-
walter.cuje@navy.mil, nancy.delaney@navy.mil
(walter.cuje@navy.mil, nancy.delaney@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT and is issued for INFORMATION AND PLANNING PURPOSES ONLY. This is not a SOLICITATION. This is NOT a request for proposal and is not to be construed as a commitment by the Government to evaluate or purchase any goods or services. The Government will not reimburse for information requested nor will it compensate any respondent for any cost incurred in developing information or materials furnished in response to this sources sought notice. Information received as a result of this notice will become part of our market research and used to determine interest and capability of potential sources. Proprietary information will be protected to the greatest extent provided by law. THIS NOTICE, OR PARTICIPATION THERETO, DOES NOT CONSTITUTE A COMMITMENT BY THE GOVERNMENT. 1. DESCRIPTION 1.1 This effort is aimed at identifying interested and capable parties interested in supplying Specialized Test Equipment (STE) necessary to perform depot level repairs to Airborne Low Frequency Surveillance (ALFS) Weapons Replaceable Assemblies (WRA's) and Shop Replaceable Assemblies (SRA's) in accordance with Title 10 USC 2464 Core Logistics Capabilities requirements. Vendor will develop and enable depot maintenance capability for ALFS Components at Fleet Readiness Center Southeast (FRC-SE), in Jacksonville, FL. In order to qualify, the Vendor must be able to demonstrate that they have access to all drawings, technical data, maintenance and repair procedures necessary to procure, deliver and integrate major STE and associated hardware and tooling. Additionally, if the government acquires the STE, the vendor will be required to provide access to approved repair processes, system technical data and procedures required to facilitate troubleshooting and repair. An additional requirement may be to provide training to fully qualify FRC-SE technicians to test, repair and bring the associated ALFS components to Ready For Issue (RFI) condition; and to maintain the test equipment. Vendors responding to this sources sought notice are not required to provide support for the entire ALFS system. Vendors that can provide support for only one subsystem of ALFS, e.g. Transducer Assembly (TA), Reeling Machine Interface Unit (RMIU), Reeling Machine Control Unit (RMCU), Sonobouy Transmitter Receiver (STR), Acoustic Processor (AP), or Software Defined Sonobouy Receiver (SDSR), are encouraged to respond to this sources sought notice. 1.2 The end state depot will potentially operate as a Public Private Partnership, meeting US Code Title 10 requirements for Core Depot Support. The Government intends to transition logistics support for this program to a Performance Based Logistics (PBL) contract within three years of establishing Depot Capability. However, a PBL contract shall not be considered a critical path item for work to flow into FRC-SE. After full capability is established, the depot will be available to repair ALFS Components under existing repair contracts, at the discretion of the Interim Contractor Support (ICS) Vendor and Naval Inventory Control Point (NAVICP), which is the Repair Contracting Activity. Should a PBL contract be awarded, the maintenance, calibration and repair of the equipment portions of the Statement of Work (SOW) will be the responsibility of the PBL vendor. The optional logistics support requirement in this SOW would be to provide support until such time as a PBL contract is awarded, or the Government completes the logistics support requirements for the equipment.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-11-R-0199/listing.html)
- Place of Performance
- Address: Jacksonville, Florida, United States
- Record
- SN02457340-W 20110527/110525235444-d7c011abef2f4e30e2d0cbf1c8dcf3ea (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 |