Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
SOLICITATION NOTICE

J -- JTIDS - AN/URC-107 Test and Repair

Notice Date
12/21/2016
 
Notice Type
Presolicitation
 
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
FA8539-17-R-0004
 
Archive Date
2/7/2017
 
Point of Contact
Charles H. Harris, Phone: 478-926-7055
 
E-Mail Address
charles.harris.3@us.af.mil
(charles.harris.3@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Joint Tactical Information and Distribution System AN/URC-107 Test and Repair This market survey is being conducted to identify potential sources that may possess the repair data, expertise, capabilities, and experience to meet the requirements to test and repair Joint Tactical Information and Distribution System (JTIDS) assets for use by United States Air Force (USAF) and Unites States Navy (USN) personnel. These assets are normally tested/troubleshot using a test station such as the Benchtop Reconfigurable Automatic Tester (BRAT) - 305. The Government does not possess a complete Level III technical data package for JTIDS assets. The Government has determined that the JTIDS system is not a commercial item. 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. INSTRUCTIONS: 1. Below is a document containing a description of the JTIDS maintenance requirement and a Contractor Capability Survey, which allows you to provide your company's capabilities. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) - Identify any areas of work that your organization believes should be broken out exclusively for Small Business. 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Questions/answers relative to this market survey should be addressed to the Program Manager, Derrick Carter (phone: 478-327-8812 / derrick.carter.4@us.af.mil). Joint Tactical Information and Distribution System AN/URC-107 PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to: - Test and repair JTIDS Line Replaceable Units (LRUs) and Shop Replaceable Units (SRUs). Part Numbers for JTIDS LRUs/SRUs, for which support is being sought under this effort, are listed in Table 1, Appendix I. This requirement is for repair services. The repair strategy is for a Firm Fixed Price contract with 1 year basic, plus 4 one year ordering periods, and will continue through FY22. The projected quantities for repair will be Best Estimated Quantities (BEQ) based on Government requirements. JTIDS is the 1970s generation of Link 16 equipment and it is used on a variety of United States Air Force (USAF), Navy, Army, Marine Corp and Allied nation platforms. It provides critical battlefield management and communications - particularly location of friendly and enemy aircraft, ships and ground forces - to host platform through long range, line-of-site, secure, jam-resistant network. These services are planning to keep JTIDS in use for at least 12 more years, therefore support of the system is required until at least the year 2028. JTIDS was originally developed by GEC Marconi. GEC Marconi was later bought by BAE Systems, which through a consortium with Rockwell Collins established Data Link Solutions LLC (DLS). DLS is now the Original Equipment Manufacturer (OEM). The Government does not own a complete level III technical data package for JTIDS in support of this requirement. Joint Tactical Information and Distribution System AN/URC-107 CONTRACTOR CAPABILITY SURVEY Part I. Business Information 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 (corresponding size standard = $20.5 mil) 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). RFIs are to be posted for 30 days for efforts greater than $3.0M, 45 days for foreign place of performance, otherwise, 15 days. Email responses only, no hard copy or facsimiles please, must be received no later than close of business, 23 Jan 2017. Please email your response to: Derrick Carter (phone: 478-327-8812 / derrick.carter.4@us.af.mil) Questions relative to this MR should be addressed to the Derrick Carter, 478-327-8812. Part II. Capability Survey Questions A. General Capability Questions: 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 Program Manager). 3. Describe your company's experience in the sustainment and maintenance of JTIDS TPSs for the Part Number/NSNs listed in Table 1, Appendix I. 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 capacity per month for this particular type of requirement? Provide information on any facility reserves you may possess to increase 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). B. Repair Questions: 1. Describe your capabilities and experience in repairing existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment. 2. Describe your capabilities and experience in developing/modifying repair or maintenance procedures. Include associated upgrade of technical orders and preparation of new technical orders. a. State the types of diagnostic and troubleshooting tools utilized for efforts such as this. 3. Demonstrate your ability and experience in repair of the same or similar components, which are currently in use on commercial or military helicopters 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 4. Describe your capabilities and experience in test, evaluation, repair or maintenance procedures. 5. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? 6. Discuss your process for addressing any fit, form, and or function issues that may arise out of this effort. 7. Describe your process for maintaining inventory records and reporting on hand/work-in- process balances and repair status to your customer. 8. 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. 9. If the item cannot be repaired in total, state what your organization can repair. 10. State any technology insertion ideas for the item that would be suitable for this effort. 11. Discuss any reverse engineering or item replacement opportunities that may be present. C. Commerciality Questions: Not Applicable - (this item is military unique and no commercial equivalent item is known to exist). D. Manufacturing Questions Not Applicable - (this contract is for repairs only). E. Services Questions 1. Describe your services capabilities and experience with regard to the requirements of this effort. 2. Describe your capabilities and experience in developing/modifying procedures. Include associated upgrade of technical orders and preparation of new technical orders. 3. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items: a) Contract Number b) Procuring Agency c) Contract Value d) Services Provided 4. Describe your capabilities and experience in any required test, evaluation, and repair processes/procedures with regard to the required items. 5. Describe how you/your organization will identify and resolve parts obsolescence and diminishing manufacturing sources problems? 6. Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. 7. Describe your process for maintaining inventory records and reporting on hand/work-in- process balance and manufacturing status to your customer as required. 8. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. 9. If your company can not perform the entirety of the requirement what part could or would your company be able to perform. Provide specific info on what could be broken out for your company's performance. Appendix I Table 1: List Part Numbers of JTIDS LRUs/SRUs covered under this repair effort: NSN Part Number Noun 5821-01-382-0706BY 622-6130-XXX Receiver Transmitter 5996-01-380-4733BY 651-0998-XXX 952-0998-XXX Radio Frequency Amplifier 5821-01-305-6402BY 651-0996-XXX 952-0996-XXX RT RCVR/SYNTHESIZER 5985-01-381-6674 BY 651-0999-XXX 952-0999-XXX Antenna Interface 5826-01-382-1577 BY 651-0997-XXX 952-0997-XXX Receiver Transmitter 5895-01-305-6511 BY 676-4525-XXX Amplifier-Converter 5998-01-379-6718 BY A538P866-XX CORR BB CONVERTER 5975-01-305-6404 BY 651-1000-XXX 952-1000-XXX RT CHASSIS & HARNESS ASSY 5821-01-305-6405 BY 676-4527-XXX PROCESSOR I/O 5821-01-397-5845 BY OL-303(V)URC- 107(V)/1 P310A010-XX P310A010-20 DIGITAL DATA PROCESSOR 5998-01-379-8845 BY H538A862-XXX H585A016-XX Plain Text Processor 5998-01-379-1228 BY 651-0994-XXX 952-0994-XXX Digital Data Processor (DDP) Interface, A3 5821-01-397-2871 BY P310A005-XX MCE DDPG 5998-01-379-6599 BY H538A869-XX RTB 5975-01-383-2804 BY H405A034-XX Chassis and Harness Assembly 5998-01-382-0048 BY A205A485-XX REC REPRO SER I/O 5821-01-305-6393 BY 4-541-XX SB-4322/URC-107V4 Power Distribution Unit 5821-01-305-6392 BY 622-7962-XXX J-4782/URC-107(V)4 Antenna Interface Unit 5821-01-305-6406 BY 676-4528-XXX Counter I/O Assy 5998-01-381-5593 BY A205A481-XX IU TAILORED INTERFACE 5998-01-381-5642 BY A205A484-XX E3 CMS MUX V 5998-01-412-9239 BY H274A043-XX MEM SUPPORT I/O 5998-01-381-5576 BY A205A482-XX E3 NAV COM Multi/Multi Sp 5998-01-380-4630 BY A205A483-XX E3 IU CONT PWR SUP SER I/O 6130-01-381-3276 BY A205A779-XX Power supply (ESDS) 5895-01-388-9810 BY P310A004-XX Interface Unit 5998-01-389-6314 BY H274A002-XX MCE/JM IU TAILOR INTERFACE 5998-01-389-3996 BY H274A003-XX MCE/JM IU CMS MUX VOICE 5998-01-412-9238 BY H274A043-XX MCE/JM IU MEMORY SUPT I/O 5895-01-411-4824 BY H405A016-XX MCE/JM IU CHASSIS/HARN ASSY 5998-01-430-0418 BY H538A217-XX CCA, PTP 5998-01-430-0402 BY H274A055-XX CCA, BB/Conv 5998-01-430-0453 BY H538A216-XX CCA, Cypher Text Processor 5998-01-379-8870 BY A538P928-XX CCA, CPSM 6130-01-380-5076 BY H501A004-XXX Power Supply 5895-01-429-8003 BY P310A026-XX IU E-8 5998-01-429-8001 BY H538A318-XX CCA Tailored IO 5998-01-429-8002 BY H274A045-XX CCA VOICE/MUX 5821-01-397-2872 BY P310A020-XX DDPG 5821-01-305-6407 BY 676-4529-XXX DIGIT WAVEFORM GENERATOR 5821-01-305-6408 BY 676-4530-XXX HPA MAIN CHASSIS 5895-01-305-6508 BY 622-8666-XXX HPA Group 5998-01-379-6720 BY H585A015-XX CCA, CTP 5998-01-379-8851 BY H538A879-XX TAILORED IO 6130-01-380-4655 BY 4-553-XX H501A003-XXX Power Supply #1 6130-01-380-5060 BY H274A007-XX Power Supply #2 5998-01-381-3154 BY 676-4526-XXX Power Supply and Predriver 5895-01-383-9501 BY J-4002/URC-107(V)1 P310A011-XX IU (F-15) 5998-01-389-3408 BY 952-0997-XXX DUMMY TACAN 5895-01-396-3084 BY K330A061-XXX KCP 5998-01-413-5390 BY H274A043-XX CCA I/O
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8539-17-R-0004/listing.html)
 
Record
SN04357508-W 20161223/161221234720-1b843831db306bf78d2a963f6025f5be (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.