Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2017 FBO #5803
SOURCES SOUGHT

58 -- APY-1/2 Components Repair - Sources Sought Synopsis

Notice Date
10/11/2017
 
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
FA8539-18-APY12_COMPONENT_REPAIR
 
Archive Date
11/30/2017
 
Point of Contact
Edwin Prime, Phone: 478-926-7121, Abdoulie Sarr, Phone: 478-926-0929
 
E-Mail Address
edwin.prime.1@us.af.mil, abdoulie.sarr@us.af.mil
(edwin.prime.1@us.af.mil, abdoulie.sarr@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Synopsis The Government is conducting Full and Open market research to identify potential sources that possess the repair data, expertise, capabilities, and experience to meet qualification requirements to perform depot repair of avionics components for use by the APY-1/2 surveillance radar system applicable to the E-3 Airborne Warning and Control System (AWACS) aircraft. Items for repair are National Stock Number (NSN) 5996010676729CW, part number (PN) 582R171A04 Radio Frequency Amplifier (3 each); NSN 5841011178555, PN 690R247G01 Receiver Subassembly (4 each); NSN 5841015975751CW, PN 707R158G02 Phase Shifter Driver Unit (PSDU) (2 each); and NSN 5841014520822, PN 3D60706G01 Radar Set Subassembly (2 each). Potential sources must possess the ability to repair, test, and provide fully functional APY-1/2 units meeting the E-3 AWACS specifications and requirements. The proposed acquisition strategy is a one-time repair contract planned for award in the 2018 calendar year depending on funding approval. The proposed services are required to repair the APY-1/2 components and are expected to provide the United States Air Force (USAF) with a sustainable and affordable solution to support the AWACS platform. The APY-1/2 radar system is mounted in the E-3 aircraft fuselage and the rotating radar dome mounted above the aircraft and provides surveillance and situational awareness for the aircrew operators. The associated North American Industry Classification System (NAICS) code is 811219. The Repair Method Code/Repair Method Supply Code (RMC/RMSC) for these NSNs is R3/R: Repair, for the second or subsequent time directly from the actual manufacturer. The Government does not own the data or rights to the data needed for contract repair of these parts from alternate sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer these radar components. This code is used when the Government did not initially purchase the data and/or rights. If only one source has the data rights to repair these components, RMCs 3, 4, or 5 are valid. If two or more sources have the data rights for repair then RMCs 1 or 2 are valid. The data for this repair effort was determined to be the property of the Westinghouse Corp, now Northrop Grumman Systems Corp, CAGE 97942. The Government has determined that these NSNs are non-commercial items. The level of security clearance required is SECRET for access to or generation of data and reports. There are no hardware samples available for potential repair contractors to evaluate. If necessary, potential contractors shall furnish all material, support equipment, tools, test equipment and services needed to fill this order. The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor's facility. Contractor furnished material or parts used for repair shall equal or exceed the quality of the original material or parts and meet counterfeit prevention plan guidelines as outlined in Data Item Description, DI-MISC-81832. 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 following company has been identified as the Original Equipment Manufacturer (OEM) for the APY-1/2 radar system. Northrop Grumman Systems Corporation 1580A W Nursery Rd Linthicum Heights MD 21090-2202 CAGE: 97942 FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes. As prescribed in FAR 15-209(c): (a) 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. (b) 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 cost proposal for services. (c) This solicitation is issued for the purpose of market research in an effort to overcome barriers to competition. INSTRUCTIONS: 1. Attached is a document containing a description of the avionics components repair requirement and a Contractor Capability Survey, which allows you to describe your company's capability. 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.) (a) 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 survey. Joint ventures or teaming arrangements are encouraged. 4. Questions relative to this market survey should be addressed to Abdoulie Sarr, (478) 926-0929.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8539-18-APY12_COMPONENT_REPAIR/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN04711144-W 20171013/171011231302-a45ae5c093a72675ea9265bad940bdfa (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.