Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SPECIAL NOTICE

J -- RFI for Repair of Circuit Card Assemblies

Notice Date
2/11/2016
 
Notice Type
Special Notice
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W25G1V) Tobyhanna, 11 HAP ARNOLD BLVD, TOBYHANNA ARMY DEPOT, Pennsylvania, 18466-5107, United States
 
ZIP Code
18466-5107
 
Solicitation Number
RFICCArepairService
 
Archive Date
3/25/2016
 
Point of Contact
Donna M. Drutarovsky, Phone: 5706156442
 
E-Mail Address
donna.m.drutarovsky.civ@mail.mil
(donna.m.drutarovsky.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) Repair Service for Circuit Card Assemblies from Harris Radios and Accessory Equipment. The US Army Communications Electronics Command, Tobyhanna Army Depot (TYAD) is seeking interested sources capable of repairing Circuit Card Assemblies (CCA) from numerous Harris Corporation, Tactical Communications radios, amplifiers, and antenna coupler. These radio products were purchased as Non Developmental Items (NDI) and the US Government has no technical data rights. The radios are the AN/PRC-117F, AN/PRC-150, and AN/PRC-152. The amplifiers are RF-5800M and RF-5833H. The antenna coupler is RF-382A. Each CCA must be repaired by technicians certified to IPC J-STD-001. The CCAs employ various component packing technologies; ranging from Surface Mount to Wire and Terminal. The provider must have a certified ISO 9001 Quality Management System. The provider must be able to test each CCA to Harris' factory testing procedures. A list of the CCAs is located in paragraph 3. Information contained in this RFI is the result of preliminary research on existing depot CCA resources on hand business intelligence capabilities and is therefore potentially subject to modification and is in no way binding on the Government. There is no guarantee that any submission in response to this RFI will result in a Government program. This Request For Information (RFI) is issued solely for information and planning purposes only and does not constitute a solicitation. Responses will be treated as information only and will not be used as a proposal. The information submitted in response to this RFI may be used to help the Government further define its requirements. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government does not intend to make an award on the basis of this RFI. If the Government develops a program that addresses any submitted or similar topic, the resulting procurement will address technology and business specific requirements as defined by the Government to achieve the required objectives. Any projects developed from the RFI responses may be the subject of a subsequent acquisition, and any such subsequent acquisition will be publicized accordingly. Responders to this RFI will have no competitive advantage in receiving any awards related to the submitted topic area. The Government does not intend to pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the government will arise because of submission of responses to this RFI and the government's use of such information. Responders are solely responsible for all expenses associated with responding to this RFI. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this RFI that indicate that the information therein is proprietary, or represents confidential business information, will be received and held in confidence. Proprietary information submitted, as part of responses to the RFI, should be clearly identified as Proprietary and it will be treated as such. TYAD reserves the right to follow up on a one-on-one basis with RFI respondents to gain additional information or clarity about information submitted by industry respondents', best practices, industry environment, and other subjects relevant to this RFI. This RFI is for planning purposes only and there is no intention to acquire any products or services, or award any contract, based on this RFI. THE FOLLOWING INFORMATION IS REQUESTED by this RFI: 1. Provide the number of technicians certified to IPC J-STD 0001. 2. Provide the latest ISO 9001 Certification Certificate. 3. Identify the CCAs where the provider has Harris factory testing procedures. Mark an "X" in the "Procedures Column" and provide the marked up table. The table is below: Part Number Description End Item Procedures 0N641916-04 INFOSEC Assembly AN/PRC-117F 0N672481-01 Embedded Crypto Assembly AN/PRC-150 0N672484-01 INFOSEC Assembly AN/PRC-150 0N689735-1 Serra Crypto Daughter Assembly AN/PRC-152 0N689745-1 Digital Control Assembly AN/PRC-152 0N713765-1 Sierra II Crypto Daughter Assembly AN/PRC-152 0N713765-2 Sierra II Crypto Daughter Assembly AN/PRC-152 0N713785-2 Digital Control Assembly AN/PRC-152 10208-1270 Interconnect Assembly RF-382A 10208-1320-01 Control Assembly RF-382A 10208-1350-01 Control/XCVR Interface Assembly RF-382A 10208-1500 Discriminator Assembly RF-382A 10208-3000-05 Power Supply Assembly RF-382A 10208-3110 Transciever Interface Assembly RF-382A 10208-5250 Assy Coil Pack RF-382A 10208-5260 RF Interface Assembly RF-382A 10208-5300-06 Connector Assy RF-382A 10208-5400-01 RF Assembly RF-382A 10208-6300-02 50 ohm Antenna Assembly RF-382A 10372-1450-01 Antenna Coupler Assembly AN/PRC-150 10497-1190-01 Harmonic Filter Assembly RF-5833H 10497-1300-02 PWB Assy, Controller RF-5833H 10497-1400-01 Heatsink Assy, Pwr Amp RF-5833H 10497-1420-01 PWB Assy, RP Interface RF-5833H 10497-1500-01 PWB Assy, Rx Protection RF-5833H 10497-1610-01 PWB Assy, Front Panel RF-5833H 10497-1790-01 Pre/Post Selector (Internal) RF-5833H 10497-1800-01 Pre/Postselector Assembly RF-5833H 10511-3600-02 SPCM/Control Assembly AN/PRC-150 10511-3630-02 SPCM/Control Assembly AN/PRC-150 10511-3670-01 SPCM/Modem Assembly AN/PRC-150 10511-7100-07 Universal VDP Assembly AN/PRC-117F 10512-5400-01 PWB Assy, VHF Pwr Amp AN/PRC-117F 10512-6100-01 HF/VHF Res PWB Assy AN/PRC-150 10513-2500-01 Chassis Assembly, Ext GPS AN/PRC-117F 10513-2600-01 PRC-117F Front Panel Assembly AN/PRC-117F 10513-3220-01 PWB Assembly, Satl Comm Cpbl AN/PRC-117F 10513-3630-02 PWB ASSY, SCC SPCM AN/PRC-117F 10513-4000-01 Rear Panel Assembly AN/PRC-117F 10513-5000-10 Upper Chassis Assy. - M AN/PRC-117F 10513-5800-01 Chassis Assembly, UHF PA AN/PRC-117F 10513-5800-02 Chassis Assembly, UHF PA AN/PRC-117F 10513-6400-04 PWB Assy, MRES (TGC On SCC) AN/PRC-117F 10535-2500-05 Chassis Assembly, Ext GPS AN/PRC-150 10535-2600-05 PRC-150 Front Panel Assembly AN/PRC-150 10535-1370-01 HF Accelerator Assembly AN/PRC-150 10535-4000-10 Rear Panel Assy, (Carc383) AN/PRC-150 10535-5000-02 Chassis Assy, Upper-HF AN/PRC-150 10535-5100-01 HF PA Assembly AN/PRC-150 12005-2100-01 Power Supply/Control Assembly RF-5800M 12005-2200-01 AIC/AAU/PS Interface Assembly RF-5800M 12005-4000-01 Heat Sink Assembly RF-5800M 12005-4000-04 Heat Sink Assembly RF-5800M 12005-4300-01 Output Filter Assembly RF-5800M 12005-4500-01 SATCOM Filter Assembly RF-5800M 12030-3200-01 RF Transmit Assembly AN/PRC-152 12030-3200-03 RF Transmit Assembly AN/PRC-152 12080-3300-01 RF Module Assembly AN/PRC-152 12041-3500-01 Receiver/Syntheizer Assembly AN/PRC-152 12041-3500-03 Receiver/Syntheizer Assembly AN/PRC-152 12041-4300-01 Power Supply Daughter Assembly AN/PRC-152 12041-4800-01 Power Supply Daughter Assembly AN/PRC-152 12080-4800-03 Power Supply Daughter Assembly AN/PRC-152 Questions concerning this RFI shall be addressed to the following: Completed responses to include the marked table above shall be sent through e-mail. Name: James J. Kachmarsky Work area: C4 Engineering Branch Tobyhanna Army Depot Tobyhanna, Pa 18466 Office 570-615-6487 DSN 795-6487 Fax 570-615-5845 james.j.kachmarsky.civ@mail.mil Responses shall include: • Company Name, Address, Telephone number, E-mail and Point of Contact having authority and knowledge to discuss responses with TYAD. • Company's current registration in System for Award Management (SAM) • Primary NAICS • Business Size • Web Page address Complete written responses are requested no later than 12:00 PM ET 10 March 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/904f5ad455c7c0facb801b18ca23017a)
 
Place of Performance
Address: Tobyhanna Army Depot, Tobyhanna, Pennsylvania, 18466, United States
Zip Code: 18466
 
Record
SN04018731-W 20160213/160211235211-904f5ad455c7c0facb801b18ca23017a (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.