SOLICITATION NOTICE
16 -- Countermeasure Receiver Presolicitation
- Notice Date
- 4/7/2017
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Solicitation Number
- FA8119-17-R-0023
- Archive Date
- 7/31/2017
- Point of Contact
- James S. Richison, Phone: 4057394206
- E-Mail Address
-
james.richison.1@us.af.mil
(james.richison.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- (1) Action Code: N/A. (2) Date: 7 April (3) Year: 2017 (4) Contracting Office Zip Code: 73145 (5) Product or Service Code: 5865 (6) Contracting Office Address: DEPARTMENT OF THE AIR FORCE (DAF) BLDG 3001 SUITE 1AF1-99A TINKER AFB, OK. 73145 (7) Subject: Synopsis of Countermeasure Receiver (8) Proposed Solicitation Number: FA8119-17-R-0023 (9) Closing Response Date: Anticipated solicitation issue date: 22 April 2017 Anticipated solicitation closing date: 22 May 2017 (10) Contact Point or Contracting Officer: JAMES S. RICHISON Contract Specialist (405) 739-4206 james.richison.1@us.af.mil JEFFREY A. SCHMIDT Contracting Officer (405) 739-5502 jeffrey.schmidt.19@us.af.mil (11) Contract Award and Solicitation Number: N/A. (12) Contract Award Dollar Amount: N/A. (13) Contract Line Item Numbers: Proposed Line Items Line Item 0001: Overhaul of Countermeasure Receiver NSN: 5865-01-600-7783-NR Part number: 115A800-100 Description: Countermeasure Receiver measures frequency, amplitude, angle of arrival and various other measurements for the B-2 Defensive Management System (DMS). Dimension: 25.00 inches long X 19.00 inches wide X 16.50 inches high. Weight 59.50 lbs. Basic Quantity (3 Years): 18 Each Option 1 Quantity (2 Years): 12 Each Line Item 0002: No Fault Found of Countermeasure Receiver NSN: 5865-01-600-7783-NR Part number: 115A800-100 Description: Countermeasure Receiver measures frequency, amplitude, angle of arrival and various other measurements for the B-2 Defensive Management System (DMS). Dimension: 25.00 inches long X 19.00 inches wide X 16.50 inches high. Weight 59.50 lbs. Basic Quantity (3 Years): 7 Each Option 1 Quantity (2 Years): 5 Each Line Item 0003: Overhaul of Band 4 Receiver NSN: 5865-01-600-9835-NR Part number: 185A500-100 Description: Utilizes high speed RF switching mono-pulse measurements of frequency, amplitude, angle of arrival, pulse, width and a wide range of other functions for a select set of antenna arrays for the B-2 Defensive Management System (DMS). Dimension: 23.00 inches long X 19.00 inches wide X 16.50 inches high. Weight 59.50 lbs. Basic Quantity: 12 Each Option 1 Quantity: 8 Each Line Item 0004: No Fault Found of Band 4 Receiver NSN: 5865-01-600-9835-NR Part number: 185A500-100 Description: Utilizes high speed RF switching mono-pulse measurements of frequency, amplitude, angle of arrival, pulse, width and a wide range of other functions for a select set of antenna arrays for the B-2 Defensive Management System (DMS). Dimension: 23.00 inches long X 19.00 inches wide X 16.50 inches high. Weight 59.50 lbs. Basic Quantity: 4 Each Option 1 Quantity: 2 Each Line Item 0005: Overhaul of Preprocessor NSN: 5865-01-626-3127-FW Part number: 115A900-100 Description: Provides computation, memory and non-volatile backup memory for both the Preprocessor and Receivers for the B-2 Defensive Management System (DMS). Dimension: 25.00 inches long X 19.00 inches wide X 16.50 inches high. Weight 61.50 lbs. Basic Quantity: 12 Each Option 1 Quantity: 8 Each Line Item 0006: No Fault Found of Preprocessor NSN: 5865-01-626-3127-FW Part number: 115A900-100 Description: Provides computation, memory and non-volatile backup memory for both the Preprocessor and Receivers for the B-2 Defensive Management System (DMS). Dimension: 25.00 inches long X 19.00 inches wide X 16.50 inches high. Weight 61.50 lbs. Quantity: 3 Each Option 1 Quantity: 3 Each Line Item 0007: Over and Above NSN: 5865-OA-H17-0069 Part number: N/A Quantity: 1 Lot Line Item 0008: Data NSN: 5865-DT-H17-0094 Part number: N/A Quantity: 1 Lot Line Item 0009: Overhaul Management NSN: 5865-OS-H17-01FA Part number: N/A Quantity: 1 Lot Line Item 0010: Material Lay-In NSN: 5865-OS-H17-01FB Part number: N/A Quantity: 1 Lot (14) Contract Award Date: N/A. (15) Contractor: There is one approved source for the repair of this item: Lockheed Martin Corporation (CAGE: 03640). (16) Description: (a) National Stock Numbers (NSNs): 5865-01-600-7783-NR 5865-01-600-9835-NR 5865-01-626-3127-FW (b) Qualification Requirement: N/A. (c) Manufacturer, including part number: The original equipment manufacturer is Lockheed Martin Corporation. Part numbers: 115A800-100, 185A500-100, and 115A900-100 (d) Size, dimensions, or other form, fit or functional description: 12.00 inches long X 16.00 inches wide X 14.00 inches high. Weight 84 lbs. 12.00 inches long X 16.00 inches wide X 14.00 inches high. Weight 84 lbs. 12.00 inches long X 16.00 inches wide X 14.00 inches high. Weight 84 lbs. (e) Predominant material of manufacture: Receiver box with RF channels, switches, and electronic components. (f) Quantity, including any options for additional quantities: Line Item 0001: Base Quantity: 18; Option 1 Quantity: 12 Line Item 0002: Base Quantity: 7; Option 1 Quantity: 5 Line Item 0003: Base Quantity: 12; Option 1 Quantity: 8 Line Item 0004: Base Quantity: 4; Option 1 Quantity: 2 Line Item 0005: Base Quantity: 12; Option 1 Quantity: 8 Line Item 0006: Base Quantity: 3; Option 1 Quantity: 3 Line Item 0007: Quantity: 1 Line Item 0008: Quantity: 1 Line Item 0009: Quantity: 1 Line Item 0010: Quantity: 1 (g) Unit of issue: Line Item 0001: Each Line Item 0002: Each Line Item 0003: Each Line Item 0004: Each Line Item 0005: Each Line Item 0006: Each Line Item 0007: Lot Line Item 0008: Lot Line Item 0009: Lot Line Item 0010: Lot (h) Destination information: FOB: Origin DoDAAC: SW3211 DLA DISTRIBUTION DEPOT OKLAHOMA 3301 F AVE CEN REC BLDG 506 DR 22 Tinker AFB, OK 73145-8000 United States (i) Delivery schedule: Line Item 0001: 6 Each 360 Days ARO and then 4 Each every 360 Days thereafter. Early delivery is acceptable. Line Item 0002: 2 Each 360 Days ARO and then 2 Each every 30 Days thereafter. Early delivery is acceptable. Line Item 0003: 4 Each every 360 Days ARO. Early delivery is acceptable. Line Item 0004: 1 Each 30 Days ARO and then 1 Each every 30 Days thereafter. Early delivery is acceptable. Line Item 0005: 4 Each 360 Days ARO and then 4 Each every 360 Days thereafter. Early delivery is acceptable. Line Item 0006: 1 Each 30 Days ARO and then 1 Each every 30 Days thereafter. Early delivery is acceptable. Line Item 0007: TBN Line Item 0008: Not Separately Priced Line Item 0009: TBN Line Item 0010: TBN (j) Duration of the contract period: The period of performance (PoP) will begin on the effective day of contract award and end on the day of Government acceptance of the repaired assets and other data deliverables. (k) Sustainable acquisition requirements: N/A. (l) For a proposed contract action in an amount estimated to be greater than $25,000 but not greater than the simplified acquisition threshold - (i) Description of the procedures to be used in awarding the contract: N/A (ii) The anticipated award date: N/A (m) Intended source and insert a statement of the reason justifying the lack of competition: (i) Lockheed Martin Corporation 1801 State Route 17 C Owego, NY 13827-3900 UNITED STATES CAGE: 03640 (iv) Due to the complexity and criticality of the item and the limited data available for this item, only pre-approved sources meet USAF requirements. The source that is approved is Lockheed Martin Corporation. Only Lockheed Martin Corporation is qualified to repair this item. (n) (i) This requirement can only be performed by the pre-approved source. This acquisition will follow FAR Part 15 procedures. (ii) Any responsible source may submit a capability statement, proposal, or quotation, which shall be considered by the agency. (o) Technical Data: A technical data package will not be furnished as the Government does not own the technical data for the overhaul of the Countermeasure Receiver. (17) Place of Contract Performance: Contractor's facility (18) Set-aside Status: Two or more small businesses capable of performing this requirement are not available. This requirement is therefore not set aside for small business or any other socioeconomic concerns.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8119-17-R-0023/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN04464842-W 20170409/170407234718-9bdd5d4376df5594a214f236f068aad1 (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 |