Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2016 FBO #5502
SOURCES SOUGHT

58 -- Market Survey for procurement of spares of Receiver, Countermeasure (Gen3 ECU) at table 1, procurement of spares of Sensor, Electro-Optic, Countermeasure (EOMS) at table 2, and repair of Gen3 ECU and EOMS at table 3, for AN/AAR-57A(V) Warning Receiver Sys

Notice Date
12/14/2016
 
Notice Type
Sources Sought
 
NAICS
334413 — Semiconductor and Related Device Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W15P7T) Division B, 6001 COMBAT DRIVE, Aberdeen Proving Ground, Maryland, 21005-1846, United States
 
ZIP Code
21005-1846
 
Solicitation Number
MARKET-SURVEY-6103-1
 
Archive Date
1/26/2017
 
Point of Contact
Van Nguyen, Phone: 443-861-2877, Brad Holtzapple,
 
E-Mail Address
van.t.nguyen36.civ@mail.mil, dla.apgmr@dla.mil
(van.t.nguyen36.civ@mail.mil, dla.apgmr@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Market Survey to locate sources to fabricate, repair and deliver of the following items or a part of following items in support of the AN/AAR-57A(V) Warning Receiver System, Countermeasure - CMWS. The CMWS is an airborne missile warning system for rotary and fixed wing aircraft which is capable of detecting Infrared (IR) guided missiles. The mission of the CMWS is to provide a missile warning system to detect and declare a potentially lethal IR missile presence and signal a countermeasures dispenser system to automatically initiate expendable countermeasures as appropriate. The Spares contract requirements will include the following National Stock Numbers and Part Numbers of the Line Replaceable Units (LRUs) and Shop Replaceable Units (SRUs) of the Gen3 ECU: Table 1- Spare Parts of GEN3 ECU NSN P/N Description 5865-01-571-8436 8416099-1 Gen 3 ECU 5975-01-645-5658 8467436-1 Chassis Assembly 5998-01-652-9732 8416102-1 Panel Assembly 5836-01-645-2508 8417231-4 Module Assembly, Common Video Processor (CPM) 5845-01-645-2524 800406-7 Module Assembly Controller 5998-01-645-5686 8412812-4 Module Assembly, AIO Processor (APM) 5998-01-652-6062 800406-8 Peripheral 5998-01-645-5681 8412813-4 Peripheral Processor Module Assembly (PPM) 6130-01-645-2514 8422412-3 Power Supply, Front End (PSFE) 6130-01-652-6056 8422412-2 Power Supply, Back End (PSBE) 5995-01-645-2539 8439195-1 Fan/Harness 5998-01-645-8049 8438870-4 Module Assembly, Jammer Processor (JPM) 5998-01-647-8993 8438871-4 Module Assembly, Indicator Processor (IPM) 5998-01-645-5646 8412814-1 CCA, CPM 5998-01-645-5643 8419383-2 CCA, Aircraft Input /Output (AIO) 5998-01-645-5675 8433413-1 CCA, Discrete Input /Output (DIO) 6605-01-650-3156 HG19303BA99 Inertial Measurement Unit (IMU) Table 2- Spare Parts of EOMS NSN P/N Description 5865-01-457-4947 8355115G1 Electro-Optic Missile Sensor (EOMS) 6650-01-652-6067 3111402G3 Filter/Optical 5996-01-652-5952 3111439G2 Visible Imaging Detector Array Readout (VIDAR) 5860-01-645-7654 3111494G2 Secondary Optics 5998-01-645-5650 8411093-1 CCA, VIDAR Interface Processing Electronics (VIPE) 6120-01-651-8987 21100309-101 High Voltage Power Supply 5998-01-651-4127 3111447G1 CCA, EOMS J1 Flex Cable The Repair contract requirements will include the following National Stock Numbers and Part Numbers of Gen3 ECU and EOMS: Table 3- Repair Parts (EOMS & Gen3 ECU) NSN P/N Description 5865-01-571-8436 8416099-1 Gen 3 ECU 5865-01-457-4947 8355115G1 Electro-Optic Missile Sensor (EOMS) These items in Table1, Table 2 and Table 3 are spares parts and repair parts of the EOMS and Gen3 ECU of the AN/AAR-57A(V) Warning Receiver System, Countermeasure. Detailed technical data for manufacturing or repairing of these items are not available from the Government. The Government only has "Government Purpose Data Rights." The Government does not have full data rights to the technical information. The original manufacturer of the AN/AAR-57A(V) Warning Receiver System, Countermeasure is BAE SYSTEMS, Nashua, NH, cage code 94117. The task is to repair and /or fabricate the above items and to perform required testing and validate the operational performance in accordance with the Performance Specification, Acceptance Test Procedure, and the associated Part Number (PN). Repair Turn Around Time (TAT) is 30 days. Delivery of these items is 12 months after contract. The task also requires an adequate area to perform acceptance testing, and storage for material and classified hardware up to the SECRET level. The manufacturer's facility must be cleared by National Security Agency (NSA) for building classified hardware. The efforts to repair and/or fabricate the items above also requires Infrared Countermeasures Research and Engineering Development capability. A five (05) year Indefinite Delivery/Indefinite Quantity (IDIQ) effort may be considered, contingent upon the market research analysis. Respondents to this RFI must provide enough information to demonstrate their capabilities to perform any or all of these specific tasks; they should respond to van.t.nguyen36.civ@mail.mil, by email. For more information, contact Ms. Van Nguyen, (443) 861-2877 or by email. Responses should be received by January 11, 2017. EMAIL ADDRESS: van.t.nguyen36.civ@mail.mil Please complete the following questions. If a question does not apply, please enter N/A or non-applicable. 1) Provide a brief summary of the company and its core competencies. 2) Please provide the following Point of Contact information on all responses: a. Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: CAGE Code: DUNS Number: 3) Describe your Company's past performance in the manufacturing and/or supplying of Common Missile Warning System (CMWS) systems for jamming Infrared (IR) and Radio Frequency (RF) or components or similar type of effort in the past. Provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort. 4) Describe the qualifications of your engineering staff, who have experience in the design and production of application similar in complexity and technology to a CMWS equipment. 5) Describe your company's experience in identifying the test equipment for components similar in complexity and technology to what is used in CMWS equipment. 6) Describe your company's experience in managing obsolescence issues. 7) Does your company maintain a Program and Assessment Tool to monitor and analyze the availability of components to allow clear and precise tracking of all obsolescence issues? If so, please elaborate on the Program and Assessment tool(s). 8) Describe your company's experience in identifying the alternatives for the unavailability of obsolete materials or components to mitigate obsolescence issues. 9) Discuss your company's capability in meeting US Government contracting delivery requirements. 10) Do you have product/s or keep products in stock? This Request for Information (RFI) is for planning and market research purposes only, and shall not be construed as a commitment by the Government. The information gathered from this announcement will be used to determine if responsible sources exist, and to assist in determining if this effort can be competitive and/or set aside for Small Business. Furthermore, the Government will use the information, in part, to determine the best acquisition strategy for a potential procurement action and to assist in making future acquisition strategy decisions. This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract on the basis of this RFI or reimburse any costs associated with the preparation of responses to this RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fd38d54536fccebefbb0293ff181ae10)
 
Record
SN04351949-W 20161216/161214234751-fd38d54536fccebefbb0293ff181ae10 (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.