Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
SOURCES SOUGHT

J -- MilStar Motors - Source_Qualification_Statement

Notice Date
5/16/2017
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8250-17-R-Motors
 
Archive Date
7/1/2017
 
Point of Contact
Gregory JaysonSteed, Phone: 8017779245
 
E-Mail Address
gregory.steed.1@us.af.mil
(gregory.steed.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Requirements to become a qualified source SOURCES SOUGHT USAF MILSTAR System SOURCES SOUGHT SYNOPSIS: MILSTAR CONSCAN and Antenna Drive Motors Solicitation Number: FD2017-17-00731 Notice Type: Sources Sought Synopsis (SSS) 1. NOTICE : This is not a solicitation but rather a Sources Sought Synopsis to determine potential qualified sources for information and planning purposes only. 1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past five (5) years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2. Program Details : 2.1 The Milstar CONSCAN and antenna drive motors are an integral and essential parts of the Milstar Terminal. Without the proper operation of these assemblies, the system would effectively be off line and the command post would be in a MICAP situation, unable to fulfill its assigned mission. Milstar terminals provide secure jam-resistant, voice, data, and teletype communications for the land, air and naval operations. These Milstar CONSCAN and antenna drive motors enable the antenna to lock on and track the Milstar satellite. Extreme tolerances and precision speed and feedback are required to ensure the antenna precisely tracks the satellite. Small out of tolerances variances could disable functionality of the antenna and the terminal would be MICAP. The government will consider offers that propose to analyze the defective motor, and repair the motor to satisfy all the requirements according to our specifications. This pending contract is to analyze, define, and repair motor to support Milstar sustainment in accordance with the performance requirements defined in specification drawings. •Ø CONSCAN Motor drawing and parts list are available. •Ø Antenna Motor drawing/specification is NOT available. 2.2 To be considered as a potential repair source for this requirement, a Contractor will be required to submit technical data, in response to a Repair Qualification Requirement (RQR), verifying their capabilities to perform the root cause analysis, and repair/supply this item but not limited to the following: the Contractor will be required to verify to the Government that the repaired items are able to comply with all of the specifications. Assuming that the government does not own the drawings, device programing source code, or the calibration software required for repair of this asset; therefore the contractor shall be able to obtain or have the technical data required to meet the asset specifications. The Contractor will be required to demonstrate Nuclear Survivability expertise and experience, and possess the data defining the Hardness Critical Items (HCI) within the motor. The contractor shall be able to obtain or have automated test equipment available that simulates all the inputs and proper operation of the motor. The contractor shall be able to obtain any parts/components required for repair. Without this technical data, software and test equipment required to test, verify and validate proper functionality of the motor, and the capability to identify HCI components, or satisfy the RQR, the government reserves the right to disqualify any source(s) who do not meet this criteria. 2.3 Following is a suggested outline for a response to this (SSS). This outline is intended to minimize the effort of the respondent and structure the responses for ease of analysis by the government. Nevertheless, respondents are free to develop their response as they see fit. 2.3.1 Briefly describe the company, products and services, history, ownership, financial information, technical capabilities and other information deemed relevant. 2.3.2 Please describe any projects the company has been involved in that are similar in concept to what is described in this SSS. 2.3.3 A preliminary Rough Order of Magnitude (ROM) estimate for cost and schedule is requested so that the US Government can better prepare for future expenses. Contract award will not be made based on a ROM submitted in response to this SSS. This ROM will be no cost to the US Government. 2.4 Interested parties may request a repair qualification Requirement from 415 SCMS IPT. Interested parties are requested to submit the aforementioned summary of capabilities and facilities to: Loc Le 415 SCMS/GUMBB 6012 Fir Ave, Bldg 1239 Hill AFB, UT 84056-5825 (801)586-3175 loc.le@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8250-17-R-Motors/listing.html)
 
Record
SN04511048-W 20170518/170516235201-1b4fd4e0cfc065ef2f0918f659cc0a6e (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.