Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
SOURCES SOUGHT

59 -- RFI WXR-700 Weather Radar Antenna Subassembly

Notice Date
11/8/2016
 
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
FA8539-17-RFI-WXR700
 
Archive Date
12/24/2016
 
Point of Contact
Melony JaLynn Hudnall, Phone: 4789266153
 
E-Mail Address
melony.hudnall.1@us.af.mil
(melony.hudnall.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Industry Request for Information WXR-700 Weather Radar Antenna Subassembly PURPOSE/DESCRIPTION : The Government is conducting market research to identify potential sources that possess the production data, expertise, capabilities, and experience to meet qualification requirements for the production of the WXR-700 Weather Radar Antenna Subassembly National Stock Number (NSN): 5985-01-432-3800CW, part number (P/N): 622-5133-402. Potential sources must possess the ability to provide fully functional antenna subassemblies. The proposed acquisition strategy is a three (3)-year buy contract (basic plus two ordering periods) beginning in FY17 and will continue through FY19. The projected quantities are for eight (8) purchases in FY17, seven (1-7) in FY18 and (1 - 7) in FY19 totaling up to 22 purchases over the life of the contract. The Weather Radar Antenna Subassembly functions within the WXR-700 Airborne Radio Navigation system providing aural reception of modulated radio frequency (RF) energy. The WXR-700X Color Weather Radar System is a solid-state airborne X-band radar and its receiver-transmitter (RT) operating at 9.33GHz. The RT generates high energy transmit pulses and receives reflected return signals from precipitation, ground terrain, or aircraft (skin paint) targets depending upon the mode of operation selected. The associated North American Industry Classification System (NAICS) code is 334511.The Acquisition Method Suffix Code (AMC/AMSC) is 3/P: Items screened and found to be procured from the actual manufacturer or vendor, including a prime contractor who is the actual manufacturer. The government has inadequate data and rights to use data are legally unavailable. The Government does not own or have access to the data for these items. The Government has determined that this is a non-commercial item. There are no samples available for potential suppliers 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 replacement shall equal or exceed the quality of the original material or parts and meet counterfeit prevention plan guidelines as outlined in Data Item Description (DID) 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 sole source of supply for this asset: ROCKWELL COLLINS, INC. (13499) 400 COLLINS RD NE CEDAR RAPIDS IA 52498-0505 SB NOTE: Insert the following clause here: 52.215-3 -- Request for Information or Solicitation for Planning Purposes. 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 WXR-700 Weather Radar Antenna Subassembly 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. •4. Questions relative to this market survey should be addressed to the Program MAnager. 407 SCMS/GULBB Attn: Anthony D. Simmons Bldg. 300 235 Bryon St., STE 19A Robins AFB GA 31098-1600 (478) 327-8668 Anthony.simmons.12@us.af.mil WXR-700 Weather Radar Antenna Subassembly PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to provide new/unused, fully functional AN/ARN-6 Antenna(s) : NOUN NSN P/N Antenna Subassembly 5985-01-432-3800CW 622-5133-402 The proposed acquisition strategy is a three (3)-year buy contract (basic plus two ordering periods) beginning in FY17 and will continue through FY19. The projected quantities are for eight (8) purchases in FY17, seven (1-7) in FY18 and (1 - 7) in FY19 totaling up to 22 purchases over the life of the contract. The Weather Radar Antenna Subassembly functions within the WXR-700 Airborne Radio Navigation system providing aural reception of modulated radio frequency (RF) energy. The WXR-700X Color Weather Radar System is a solid-state airborne X-band radar and its receiver-transmitter (RT) operating at 9.33GHz. The RT generates high energy transmit pulses and receives reflected return signals from precipitation, ground terrain, or aircraft (skin paint) targets depending upon the mode of operation selected. This purchase is intended to provide the assets necessary to support the current and future mission requirements of the KC-135 and E-8 aircraft. The Government currently doesn't own the technical data to produce these units and provide for a competitive acquisition. CONTRACTOR CAPABILITY SURVEY Antenna Subassembly, NSN 5985-01-432-3800CW, P/N 622-5133-402 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: 334511 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). RFIs are to be posted for 30 days for efforts greater than $3.0M, 45 days for foreign place of performance, otherwise, 15 days. Written responses or e-mails please, no facsimiles, must be received no later than close of business dd-mmm-yyyy. Please mail two (2) copies of your response to: 407 SCMS/GULBB Attn: Anthony D. Simmons Bldg. 300 235 Bryon St., STE 19A Robins AFB GA 31098-1600 (478) 327-8668 Anthony.simmons.12@us.af.mil Questions relative to this market research should be addressed to the Program Manager. 407 SCMS/GULBB Attn: Anthony D. Simmons Bldg. 300 235 Bryon St., STE 19A Robins AFB GA 31098-1600 (478) 327-8668 Anthony.simmons.12@us.af.mil Part II. Capability Survey Questions •A. General Capability Questions: •1. Describe briefly the capabilities of your facility and 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. Describe your company's experience in producing the Part Number/NSNs listed above that make up the WXR-700 Weather Radar Antenna Subassembly. •4. Describe your company's capabilities for generating, handling, processing and storing classified material and data. •5. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. •6. What is your company's current maximum capacity per month for this particular type of requirement? Provide information on any facility reserves you may possess to increase capacity in the event of an immediate need do to critical operational mission requirements. •7. What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.). •a. Provide a detailed quality plan implementing AS9100 (or equivalent). •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. •C. Manufacturing Questions •1. Describe your capabilities and experience in manufacturing with regard to the requirements of this effort. •2. Describe your capabilities and experience in developing/modifying manufacturing procedures. Include associated upgrade of technical orders and preparation of new technical orders. •3. Demonstrate your ability and experience in the manufacture of the same or similar components, which are currently utilized in the commercial or military environment by providing the following information on the same or similar items: •a) Contract Number •b) Procuring Agency •c) Contract Value •d) Number of assets shipped •4. Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the manufacture and functional check of these or similar assets for Government Engineer review. •5. Describe your capabilities and experience in test, evaluation, and repair processes/procedures with regard to manufacturing items. •6. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? •7. Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. •8. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer. •9. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. •a. Provide an outline of the proposed process, including inspections. • i. State the type of test procedures are anticipated for this effort. • ii. State the type of inspection processes anticipated for this effort. •1. NDI/T. •2. Destructive testing/inspection. •10. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. •11. If the item cannot be manufactured in total, state what your organization can produce. •12. State any technology insertion ideas for the item that would be suitable for this effort. 13. Discuss any reverse engineering or item replacement opportunities that may be present. •D. Services Questions •1. Describe your services capabilities and experience with regard to the requirements of this effort. •2. Describe your capabilities and experience in developing/modifying procedures. Include associated upgrade of technical orders and preparation of new technical orders. •3. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items: •a) Contract Number •b) Procuring Agency •c) Contract Value •d) Services Provided •4. Describe your capabilities and experience in any required test, evaluation, and repair processes/procedures with regard to the required items. •5. Describe how you/your organization will identify and resolve parts obsolescence and diminishing manufacturing sources problems? •6. Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. •7. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer as required. •8. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8539-17-RFI-WXR700/listing.html)
 
Record
SN04323935-W 20161110/161108235246-4195de18cbc9ceb71f00800af277b242 (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.