Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2016 FBO #5465
SOURCES SOUGHT

59 -- Request for Information Altitude Output Converter

Notice Date
11/7/2016
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
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
FA8539-16-RFI-(AOC)
 
Archive Date
12/23/2016
 
Point of Contact
Webster Stubbs,
 
E-Mail Address
webster.stubbs@robins.af.mil
(webster.stubbs@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information Altitude Output Converter (AOC) A2 Circuit Card Redesign (NSN: 5998-01-338-1380 P/Ns: 8030005013-3, 8030005576-1, 8030005740-1, 8030005013-2) CAUTION: The government is conducting market research to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for a Form, Fit, Function and Interface (F3I) redesign of the Altitude Output Converter (AOC) A2 Circuit Card for use by United States Air Force (USAF) personnel. The level of security clearance and amount of foreign participation in this requirement has not been determined. 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. 52.215-3 -- Request for Information or Solicitation for Planning Purposes. As prescribed in 15.209 (c), insert the following provision: Request for Information or Solicitation for Planning Purposes (Oct 1997) (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 proposal. (c) This solicitation is issued for the purpose of market research in an effort to overcome barriers to competition. (End of Provision) INSTRUCTIONS: The document(s) below contain a description of the Altitude Output Converter (AOC) A2 Circuit Card requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company's capability. 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. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed to the Charles Harris, 478-926-7055. Altitude Output Converter (AOC) A2 Circuit Card Redesign PURPOSE/DESCRIPTION We are conducting market research to identify potential sources that may possess the expertise, capabilities, and experience to perform a F3I redesign of a CCA within the Receiver Transmitter Assembly (RT) used on the AN/APN-232 Combined Altitude Radar Altimeter (CARA) system. The driver of this redesign is due to the ASIC Gate Array, a core component on this circuit card, along with the sample and hold amplifiers, which are obsolete and no alternates are available to support Depot high usage repair/replacement. The Altitude Output Converter (AOC) A2 Circuit Card is one of 11 SRUs interconnecting inside the CARA RT. The principle function is to filter altitude data supplied from other circuit cards, calculate and filter the altitude rate data, and digitally. AN/APN-232 Combined Altitude Radar Altimeter (CARA) system is common radar system used by 60% of Air Force aircraft developed by NavCom to provide the altitude measurement of an aircraft flying over a terrain from 0-50,000 feet. AMC/AMSC of 3/R applies to this NSN: 5998-01-338-1380. AMC 3: Acquire for the second or subsequent time, directly from the actual manufacturer. AMSC R: The Government does not own the data or the rights to the data needed to purchase this part from additional sources. The Government does not own the complete data package for this item and, therefore, intends to award on a sole source basis to: NavCom Defense Electronics, Inc. 9129 Stellar Court Corona, CA 92883-4924 CAGE: 57057 The Contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish the redesign. The Contractor shall deliver three (3) prototypes first article CCAs of the AOC A2 Circuit Card that pass all qualification and integration testing IAW with NavCom source control drawing 8250000815. The Contractor's redesign shall provide a long-term sustainable AOC A2 Circuit Card to support the Air Force requirements. One of essential requirements included in the deliverables is the Technical Data Package (TDP). The TDP shall reflect the new AOC A2 CCA and consist of schematics, parts lists, board layout, fabrication drawing, altered item drawings, and test specification. The data shall be marked with Limited Rights. CONTRACTOR CAPABILITY SURVEY Altitude Output Converter (AOC) A2 Circuit Card Redesign 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: NAICS Code 811219-Other Electronic and Precision Equipment Repair and Maintenance or NAICS Code 334511-Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. 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). Written responses, no facsimiles or e-mails please, must be received no later than close of business 8 December 2016. Please mail one (1) copy and email one (1) copy of your response to: 407 SCMS/GULBC Attn: Russ Edge Bldg 300 235 Bryon St., STE 19A Robins AFB GA 31098-1600 Questions relative to this market research should be addressed to Russ Edge, 478-926-2511. Part II. Capability Survey Questions •A. General Capability Questions: 1. Describe briefly the capabilities of your facility and the 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. Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement? 4. Describe any successful redesigns that have been implemented. Please provide the applications of the system, contract number, and agency that conducted procurement. 5. Describe your capabilities and experience in test and evaluation in relation to the requirement. 6. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. •B. Commerciality Questions: •1. Is there established catalog or market prices for our requirement? •2. If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? •3. Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. •4. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8539-16-RFI-(AOC)/listing.html)
 
Record
SN04321840-W 20161109/161107234228-3016fef63d200e0de1510f800d95ac27 (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.