Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2008 FBO #2383
SOLICITATION NOTICE

59 -- 59-Sources Sought for Depot Level Repair services of various AN/APX-100 Receiver-Transmitter Radar Sets and subassemblies and production of subassemblies.

Notice Date
6/3/2008
 
Notice Type
Presolicitation
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, US Army C-E LCMC Acquisition Center - DAAB07, US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
MARKET-SURVEY-4212-1
 
Response Due
6/16/2008
 
Archive Date
8/15/2008
 
Point of Contact
Robin Turner, 732-532-2109
 
Small Business Set-Aside
N/A
 
Description
The solicitation shall be for a firm fixed price 6 year Indefinite Delivery Indefinite Quantity IDIQ contract for complete Depot Level Repair services to repair Receiver-Transmitter Radar Sets Transponders, and various subassemblies; and production of various Transponder subassemblies. The RT-1XXX-APX-100 transponders are part of the AN-APX-100(V) family of Legacy Transponders that has been manufactured exclusively by Raytheon (formerly Allied Signal), and therefore, there already exists complete provisioning, logistics and maintenance support in place. This sole-source solicitation is not meant to be used as a vehicle for the Army to procure an upgraded-updated replacement for the current legacy AN-APX100 Systems. Replacement of the legacy Transponder Sets is a tri-service objective that is being satisfied with the Army acquisition of the AN-APX-118 and AN-APX-123 Transponders. There is currently no detailed Technical Data for the RT-1471A-APX-100(V) and RF Module sub-assemblies available from the Army, (Data is Raytheon proprietary for these items). The government does not possess adequate drawings and other final documentation for the remaining Transponders and sub-assemblies. All new production and repaired modules-sub-assemblies shall be warranted to be form, fit and functionally interchangeable with Raytheons Part Numbers. When any sub-assemblies, (new or repaired), are assembled in the RT-16XX(V)-APX-100(V) and RT-1471A-APX-100(V) Transponders, the Transponders shall meet all the below Transponder criteria. The Transponders shall be warranted to meet the following criteria: Form, fit and functionally interchangeable (down to the module-circuit card assembly), with Raytheons Part Numbers. Meet requirements for DOD AIMS 97-1000 (DoD International AIMS Program Performance Standard, para. 4.1), DoD AIMS Program Office approval is required prior to procuring COTS-NDI to be used as replacement for an interface with existing AIMS systems. CECOM will not want to spend the time and money to AIMS qualify new Transponder sets or incur any additional cost due to new-additional provisioning, logistics and maintenance support for a different AN-APX-100 configuration. Production Lead Time of 6-9 months is required for sub-assemblies. Meet the requirements of MIL-R-81876B This market survey is to locate additional commercial sources for Depot Repair Support Services for the AN-APX-100 Transponder System. This will be an effort involving total and complete depot repair, down to the piece part level, and the contractor will have to overcome problems relating to repair parts obsolescence when problems of this nature arise. Repair tasks shall include repair of Weapon Replaceable Assemblies (WRA), Line Replaceable Units (LRU), indentured Shop Replaceable Assemblies (SRA) and procurement of repair material. The services and materials to be provided to the government will not reflect total government repair needs, but only the repair and availability needs that, which at any given point in time, are discovered to be above and beyond that which government depot repair facility can accomplish in the timeframe necessary, using government depot facilities and/or other levels of repair (AVIM, AVUM, SRA etc.). The following items have been identified as candidates for repair: RAYTHEON PART NUMBERCECOM PART NUMBERNOMENCLATURENATIONAL STOCK NUMBER 4079132-0501A7, Power Supply6130-01-537-8199 4079290-0501A4, Signal Generator Assy6625-01-558-6051 4082675-0801A1, System Controller5998-01-558-6046 4079110-0501A5, Dual Receiver Assy5895-01-562-7542 4079070-0501A8, High Power RF5996-01-558-6043 4078987-0507A9, Front Panel Assy1670-01-558-6059 4079120-0701A2, IFF Signal Processor5998-01-558-6068 4036360-0521A3154416RT-1667/APX-100(V)5841-01-328-0708 4036360-0522A3154517RT-1667A/APX-100(V)5841-01-342-3847 4036360-0523A3154406RT-1666/APX-100(V)5841-01-328-2267 4036360-0524A3154519RT-1666A/APX-100(V)5841-01-342-3848 4047434-0501PROCESSOR CCA (A2)5998-01-179-0560 4047011-0501RF MODULE ASSY (A1)5998-01-336-0306 4059369-0501RF MODULE ASSY (A1)5998-01-336-0460 4072655-0501RF MODULE ASSY (A1)5996-01-471-0735 4072655-0502RF MODULE ASSY (A1)5996-01-471-0761 4079100-0503RT-1471A/APX-100(V)5841-01-490-0751 4053100-0501RT-1471/APX-1005841-01-215-6409 The current source for complete Organic Depot Repair requirements stated above is the government; and the current commercial Depot Level Repair source is Raytheon Systems Company. Detailed Technical Data or updated/current drawings are not available from the Army. In addition, items to be procured are: Raytheon Part Numbers Nomenclature (part of RT-1471A-APX-100(V)) A7, Power Supply4079132-0501 A4, Signal Generator Assy4079290-0501 A1, System Controller4082675-0801 A5, Dual Receiver Assy4079110-0501 A8, High Power RF4079070-0501 A9, Front Panel Assy4078987-0507 (part of the RT-16XX(V)/APX-100(V) A1 RF Module Assembly4072655-0502 A1 RF Module Assembly4072655-0501 Potential suppliers capable of providing complete Depot Level Repair of the AN-APX-100(V) Transponders, subassemblies and production of identified subassemblies must so indicate, by writing to Commander, USA CECOM, ATTN: AMSEL-LC-IEW-C-CM, Building 1201E, Fort Monmouth, NJ 07703-5000. The response must include documentation such as test results and Technical Data, demonstrating compliance with the above. Successful supplier(s) shall be required to warrant that the items supplied under these services will meet all the above mentioned requirements and will satisfactorily perform when used for the purpose intended. Kate McDevitt 732-532-9677 EMAIL kate.Mcdevitt@us.army.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b9942d70a84f7d57c5aa608e905f147c&tab=core&_cview=1)
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
 
Record
SN01586189-W 20080605/080603220956-b9942d70a84f7d57c5aa608e905f147c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.