Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2008 FBO #2428
SOLICITATION NOTICE

58 -- JTE Technical Data Package

Notice Date
7/18/2008
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8217-08-R-51115
 
Response Due
9/5/2008
 
Archive Date
9/20/2008
 
Point of Contact
James G Thiros,, Phone: 801-586-1229, christine K parker,, Phone: 801-777-6171
 
E-Mail Address
james.thiros@hill.af.mil, christine.parker@hill.af.mil
 
Small Business Set-Aside
N/A
 
Description
The purpose of this solicitation is to acquire rights to the TDP for the Joint Threat Emitter, that as a minimum are adequate for JTE sustainment purposes. This TDP will be used to develop organization and depot level maintenance technical orders and enhance the supply chain management of repair and replacement parts. The requrest for proposal will include specific CDRL's pertaining to each of the 20 modules. The 20 elements can be separated into 2 categories: modules pertaining to transmitters and the rest of the TEU. Technical data packages, with the exception of the transmitters, will consist of a complete build to electrical and mechanical package. List of CDRL's Commercial Drawings/Models and Associated Lists - Block 0 Kit 1 TEU System and subsystem Block 0 Kit C2U System and subsystem Joint Threat Emitter TEU Trailer Command and Control Unit C2U Trailer Joint Threat Emitter TEU Pedistal Joint Threat Emitter Antennas T1A, T1C, T1E, T1F, T1H Transmitters JTE T1G Transmitters JTE T1B and T1D Tranmitters Joint Threat Emitter Masts JTE SSA Rotator JTE Electronic Attack Receiver JTE Air Dryer JTE TEUCC Chassis Command/ Control C2U IFF Subsystem Command/control Unit C2U ECU To the Governments Knowledge the Data required in this request is proprietary to Amherst Systems Inc, a wholly owned subsidiary of Northup Grumman, in Buffalo NY. CAGE Code 1L4J7. The Government does not own any of the data requested in this solicitation. This is a purchase of existing data and does not contain development of that data. Procurement of the technical data would pertain to the sustainment description of the following JTE components. 1.JTE Electronic Attack Receiver (EAR). Ancillary mechanical data package for the EAR, to include Remove and Replace (R&R) procedures of Commercial off the Shelf (COTS) parts. Detailed technical package on the VME chassis (handles, mounting hardware, power supply, connectors, switches). Assembly drawings, schematic diagrams, wiring diagrams, wire lists, and necessary test procedures to support the EAR R&R procedures. 2.Pulse Magnetron Transmitters. R&R procedures without realignment/testing of the Radio Frequency (RF) path. Also consider complete build to package of the transmitter. Complete assembly/disassembly instructions to support the R&R procedures. Detailed technical package, including schematic diagrams, wiring diagrams, to support scope defined above. Identify any special test stations, procedures necessary to meet requirement. 3.Traveling Wave Tube Amplifiers. R&R procedures without realignment/testing of the RF path. Also consider complete overhaul technical data package. Any training documentation to meet sustainment requirement defined above. Will need documentation that provides TWTA assembly/disassembly instructions. 4.Cavity Oscillator. R&R procedures without realignment/testing of the RF path. Also consider complete overhaul technical data package. Any training documentation to meet sustainment requirement defined above. Will need documentation that provides Cavity Oscillator assembly/disassembly instructions. 5.Threat Emitter Unit (TEU) Trailer. Complete vendor parts lists and schematics to define air lines, brake lines, and wiring layout. Undocumented components from current Trailer must be identified. Cage code or supplier names will need to be supplied. Photo documentation will be considered to identify undocumented components on the TEU. 6.Command and Control Unit (C2U) Trailer. Complete vendor parts lists and schematics to define air lines, brake lines, and wiring layout. Undocumented components from current Trailer must be identified. Cage code or supplier names will need to be supplied. Photo documentation will be considered to identify undocumented components on the C2U. 7.Threat Emitter Unit Control Computer (TEUCC) Chassis. Complete technical package. Package to include exploded view schematics and parts lists with true vendor part numbers. Identify any test equipment and procedures to accomplish the requirement described above. 8.TEU Pedestal. Additional R&R procedures for Pedestal overhaul. Requires conversion chart for common parts to Military Standard (MS) or vendor part numbers. Package must identify cage code and full Manufacturer’s name. Further breakdown of mechanical assembly drawings to allow complete assembly/disassembly. Must provide proprietary instructions for Pedestal alignment. Any altered items from true vendors, such as motor and brakes, must be identified. 9.Search and Acquisition (SAA) Rotator. Additional R&R procedures for rotator overhaul. Requires conversion chart for common parts to Military Standard (MS) or vendor part numbers. Package must identify cage code and full Manufacturer’s name. Further breakdown of mechanical assembly drawings to allow complete assembly/disassembly. Must provide proprietary instructions for rotator alignment. Any altered items from true vendors, such as motor and brakes, must be identified. 10.SAA and Datalink Masts. Additional R&R procedures for mast overhaul. If a common list of hardware for both masts is available, provide it. Must provide vendor part numbers and true manufacturers. Must supply all three mast assembly drawings. 11.C2U Identification Friend or Foe (IFF) Subsystem. Additional R&R procedures for field level and considering complete overhaul technical data. Must supply list of components for the antenna and rotator. For overhaul, assembly drawings, wire lists, and wiring diagrams are required. 12.C2U Environmental Control Unit (ECU). Additional R&R procedures and schematics for overhaul. Exploded view or more detailed mechanical and electrical assembly drawings. Confirm all true vendor parts are identified. 13.TEU System and subsystems. Complete technical data package for the TEU, excluding Combat Electromagnetic Environment Simulator (CEESIM) and TEUCC Circuit Card Assemblies (CAA). Must include mechanical and electrical assembly drawings of the entire JTE TEU, excluding true COTS. COTS parts must be provided with true vendor and identified within system schematics. Any proprietary test procedures or modified COTS items must be supplied. The JTE subsystems identified above include basic components (possibly not properly modified) from vendors such as: •Syracuse Research Corporation •L3 Communications •Applied Systems Engineering Incorporated •General Welding Supply Corporation •Tracewell Systems Incorporated •Rotating Precision Mechanisms Incorporated •Will-Burt Company •Pall Corporation •Antenna Associates •Raytheon Company •Applied Companies HOWEVER, each technical package must also include any modifications to any component for the JTE system. Vendor technical packages without the relevant JTE modifications are not acceptable. If any responding contractor has the ability to produce only a portion of the technical data package identified above, they must clearly identify the specific portion and provide rationale as to how they would assure integration into JTE system technical data (as identified in Section 13 TEU System and Subsystems). Since MTC Technologies Incorporated is the prime contractor for the JTE system under delivery order F09603-01-D-0209-QP05 (with Northrop Grumman Amherst Systems (NGAS) as a primary sub contractor), and since the Government does not posses JTE system level technical data (identified in Section 13), a responding contractor must clearly identify how they have interfaced with MTC or NGAS to assure they can independently meet the integration requirement for the portion of technical data they claim to be able to deliver. Any contractor who responds to this sources sought synopsis must also clearly identify how their delivery will comply with any modifications (to each specific component) that may have been made for the delivered JTE system. Only a firm-fixed-price pricing arrangement will be considered. Each interested entity that has the capability to meet the requirements identified above hereby has the opportunity to provide supporting rationale that they can meet the identified requirements
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=547c4ea9bccaf13f95936f22165b8b23&tab=core&_cview=1)
 
Place of Performance
Address: N/A - Data purchase, United States
 
Record
SN01617714-W 20080720/080718221113-547c4ea9bccaf13f95936f22165b8b23 (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.