Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2016 FBO #5378
SOURCES SOUGHT

59 -- Repair of the AN-APQ-180 Transmitter Driver Module Circuit Card Assembly for the AC-130U Gunship

Notice Date
8/12/2016
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8524-16-R-01061
 
Archive Date
8/29/2017
 
Point of Contact
Chris Boarman, Phone: 478-926-2730
 
E-Mail Address
chris.boarman.1@us.af.mil
(chris.boarman.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOUN NSN P/N Transmitter Driver Module CCA 5998-01-484-8861SO 5002610-22 The Government is conducting a market survey to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to repair the AN/APQ-180 Transmitter Drive Module, Part Number (PN) 5002610-22, and National Stock Number (NSN) 5998-01-484-8861 applicable to the AC-130U Gunship. These repairs are required in order to support current Special Operations Forces (SOF) missions. The APQ-180 Radar is vital to the current AC-130U Gunship combat mission. The radar provides the combat crew with an all-weather, day or night, positive target identification and weapons targeting data capability critical to carrying out the combat mission. The APQ-180 Radar system is mission essential equipment for the AC-130U Gunship. The contemplated repair services strategy is a two year contract (basic plus one option year) through FY19. The projected quantities will be Best Estimated Quantities (BEQ) of 10 each the Basic year and 7 each for the Option Year. The AN/APQ-180 Transmitter Drive Module CCA has of a Repair Method Code/Repair Method Suffix Code (RMC/RMSC) of R3/C. RMC is R3 : repair for the second or subsequent time, directly from the actual manufacturer. The Repair Method Suffix Code (RMSC) for these items is: C - This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique engineering skills, and repair knowledge by the qualified source(s) require repair of the part by the approved source(s). The approved source(s) retain repair knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify IAW the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. The RMSC shows that Raytheon is the authorized repair facility for the AN/APQ-180 Transmitter Drive Module CCA on the AC-130U Gunship. The repair Contractor shall furnish all material, support equipment, tools, test equipment, and services. Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. The Government does not intend to award a contract on the basis of this solicitation 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 Federal Acquisition Regulation. Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. This solicitation is issued for the purpose of identifying any additional potential repair sources capable of repairing these assets. Interested contractors shall provide a response to include the following information: •1. Describe briefly the capabilities of your facility and nature of the goods and/or services you provide. Include a description of your staff composition and management structure. •2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Logistics Manager). •3. Describe your company's experience in repairing the Part Number/NSN listed above that make up the AN/APQ-180 Transmitter Drive Module CCA. •4. Describe your company's capabilities for generating, handling, processing and storing classified material and data. •5. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. •6. What is your company's current maximum repair capacity per month? Provide information on any facility reserves you may possess to increase repair capacity in the event of an immediate need do to critical operational mission requirements. •7. What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.). •a. Provide a detailed quality plan implementing AS9100 (or equivalent). •8. Describe your capabilities and experience in modifying existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment. •9. Describe your capabilities and experience in developing/modifying repair or maintenance procedures. Include associated upgrade of technical orders and preparation of new technical orders. •10. Demonstrate your ability and experience in repair of the same or similar components, which are currently in use on commercial or military C-130 aircraft by providing the following information on the same or similar items: •a) Contract Number •b) Procuring Agency •c) Contract Value •d) Number of assets shipped •11. Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the depot level repair and functional check of these or similar assets for Government Engineer review. •12. Describe your capabilities and experience in test, evaluation, repair or maintenance procedures. •13. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? •14. Discuss your process for addressing any form, fit, and or function issues that may arise out of this effort •15. Describe your process for maintaining inventory records and reporting on hand/work-in-process balances and repair status to your customer. •16. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. •a. Provide an outline of the proposed process, including inspections. • i. State the type of test procedures are anticipated for this effort. • ii. State the type of inspection processes anticipated for this effort. •1. NDI/T. •2. Destructive testing/inspection. •17. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. •18. If the item cannot be repaired in total, state what your organization can repair. •19. State any technology insertion ideas for the item that would be suitable for this effort. 20. Discuss any reverse engineering or item replacement opportunities that may be present. •20. Is there established catalog or market prices for our requirement? •21. If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? •22. Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. •23. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. Please provide the following business information for your company/institution and for any teaming or joint venture partners: · Company/Institute Name: · Address: · Point of Contact: · CAGE Code: •· Phone Number: •· E-mail Address: •· Web Page URL: · Size of business pursuant to North American Industry Classification System (NAICS) Code: 811219 Based on the above NAICS Code, state whether your company is: •· Small Business (Yes / No) •· Woman Owned Small Business (Yes / No) •· Small Disadvantaged Business (Yes / No) •· 8(a) Certified (Yes / No) •· HUBZone Certified (Yes / No) •· Veteran Owned Small Business (Yes / No) •· Service Disabled Veteran Small Business (Yes / No) •· Central Contractor Registration (CCR). (Yes / No) •· A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). This market survey is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the USG. The USG will not reimburse any respondent for any effort or information submitted in response to this sources sought. All information submitted will be considered proprietary and will not be released outside the USG. Written responses via e-mails, must be received no later than close of business 29 August 2016. Please e-mail your response to chris.boarman.1@robins.af.mil Questions relative to this announcement shall be addressed to the Government Logistics Manager, Chris Boarman, (478) 926-2730 or at e-mail chris.boarman.1@robins.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8524-16-R-01061/listing.html)
 
Record
SN04222529-W 20160814/160812235428-119c18e319100aceaaea7d59eddeef75 (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  © 1994-2020, Loren Data Corp.