Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
SOURCES SOUGHT

14 -- DESIGN AND TESTING OF TRANSDUCER,MOTIONAL PICKUP - Statement of Work for Design and Testing of TRANSDUCER, MOTIONAL PICKUP

Notice Date
6/16/2017
 
Notice Type
Sources Sought
 
NAICS
#336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
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
TransducerHAFB061617
 
Archive Date
8/1/2017
 
Point of Contact
Luzviminda T. Castro, Phone: 8017753725
 
E-Mail Address
luz.castro@us.af.mil
(luz.castro@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK FOR DESIGN AND TESTING OF TRANSDUCER, MOTIONAL PICKUP Sources Sought Synopsis: Solicitation Number: Notice Type: TransducerHAFB061617 Sources Sought Synopsis: A. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. A.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 proposed North American Industry Classification Systems (NAICS) Code is 336419 which has a corresponding Size standard of 1,000 number of employees. 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 three 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. B. Program Details: See Statement of Work below (for detailed SOW please download the attached SOW): STATEMENT OF WORK FOR DESIGN AND TESTING OF TRANSDUCER, MOTIONAL PICKUP 1.0 SCOPE AND BACKGROUND 1.1 Scope. This Statement of Work (SOW) describes tasking for design, prototype fabrication, first article testing, development and delivery of a test capability and technical data for the Transducer, Motional Pickup, P/N 344201, NSN 6995-00-861-5233, and hereafter referred to as the "Transducer". 1.2 Background. The Transducer is a mechanical vibration sensing device, originally manufactured by Mandrel Products Division - Geosource, Inc (See Figure 1). When disturbed by a vibration, a spring-mounted magnet moves and induces a voltage in a sensing coil that surrounds the magnet. This induced voltage varies in amplitude proportional to the intensity of the vibration. The Transducer must meet rigorous performance requirements for successful operation in the field. To ensure the Transducer meets government performance and quality requirements, the tasking described in this SOW covers extensive first article acceptance tests, which exceed typical commercial requirements. 2.0 REFERENCE DOCUMENTS 10-20975 Transducer, Motional Pickup, dated 02 February 1961 21-59722, Paragraph 6.15 Inspection and Test Procedures, dated 17 September 1976 FIGURE 1. Transducer, Motional Pickup 3.0 CONTRACTOR TASKS 3.1 Program Management. The contractor shall deliver an Integrated Master Schedule (IMS) describing the detailed tasks necessary to ensure successful design and qualification test of the Transducer and Transducer test capability. The contractor shall tailor the IMS to the minimum data necessary for effective management control of the effort. (A001, DI-MGMT-81861) 3.2 System Requirements Review (SRR). The contractor shall participate in a two-day Transducer SRR at the 341st Missile Wing at Malmstrom Air Force Base, Montana. The purpose of the SRR is to complete an engineering review of the Transducer requirements to ensure full understanding of all technical requirements by the contractor and government. The SRR will also provide the contractor an opportunity to test and characterize the Motion Transducer interfaces. The contractor shall deliver a Transducer specification describing all performance and interface requirements for the Transducer. Exit criteria for SRR shall be (1) government acceptance of Transducer specification; (2) acceptance of published SRR minutes; and (3) completion of all action items assigned to the contractor. (A002, DI-IPSC-81431) (A003, DI-ADMN-81249B) (A004, DI-ADMN-81505) 3.3 Preliminary Design Review (PDR). The contractor shall conduct a PDR at their facility. The purpose of the Transducer PDR is to (1) evaluate the progress, technical adequacy, and risk resolution (on a technical, cost, and schedule basis) of the selected Transducer design approach, (2) determine the Transducer design compatibility with performance and engineering specialty requirements of the Minuteman III weapon system, and (3) establish compatibility of the physical and functional interfaces of the Transducer design with the Minuteman III weapon system. Exit criteria for PDR shall be (1) acceptance of published PDR minutes; and (2) completion of all action items assigned to the contractor. (A003, DI-ADMN-81249B) (A004, DI-ADMN-81505) 3.4 Critical Design Review (CDR). The contractor shall conduct a CDR at their facility. The purpose of the CDR is to (1) determine that the Transducer detail design satisfies technical, cost, schedule, and performance requirements, (2) establish the Transducer detail design compatibility with the Minuteman III weapon system, (3) assess all Transducer detail design risk areas and provide risk mitigation/rationale. Exit criteria for CDR shall be (1) acceptance of published CDR minutes; and (2) completion of all action items assigned to the contractor. Approval of the CDR by the government will establish the baseline design of the Transducer; any changes to the Transducer design following CDR shall be approved by the government via an Engineering Change Proposal (ECP). (A003, DI-ADMN-81249B) (A004, DI-ADMN-81505) 3.5 Transducer Prototype Fabrication. The contractor shall fabricate and deliver twenty-two (22) prototype Transducers representing the design approved at CDR. The prototype Transducers shall be used as test articles. 3.6 Transducer Test Capability. The contractor shall fabricate and deliver test equipment to provide Transducer test capability. The contractor shall deliver Transducer test procedures to test the Transducer using the delivered test equipment. 3.7 First Article Test Planning. The contractor shall deliver a Transducer First Article Test Plan describing the Transducer First Article test series. (A005, DI-NDTI-80566A) 3.8 First Article Test. The contractor shall conduct Transducer first article testing on-site, at the 341st Missile Wing at Malmstrom Air Force Base, Montana, as described in the approved First Article Test Plan. The contractor shall deliver a First Article Test Report to describe the results of the first article tests performed by the contractor demonstrating the Transducer design conforms to all requirements defined by the Transducer Specification approved at SRR. The contractor shall include a Verification Cross Reference Matrix (VCRM) in the First Article Test Report to validate that all specification requirements have been successfully tested. (A006, DI-QCIC-81890) 3.9 First Article Test Review (FTR). The contractor shall participate in a two-day FTR at Hill AFB, Utah. The purpose of the FTR is to conduct engineering review of the first article test series results and resolve any outstanding issues associated with first article testing of the Transducer. Exit criteria for FTR shall be (1) acceptance of published Transducer FTR minutes; and (2) completion of all action items assigned to the contractor. (A003, DI-ADMN-81249B) (A004, DI-ADMN-81505) 3.10 Counterfeit Protection Plan (CPP). The contractor shall deliver a Counterfeit Protection Plan (CPP) describing the contractor's plan to eliminate counterfeit parts from the Transducer design and delivered prototypes. (A007, DI-MISC-81832) 3.11 Transducer Part Marking. The contractor shall ensure Transducer marking complies with DoD-recognized item unique identification (IUID) requirements in accordance with the current version of MIL-STD-130, "Identification Marking of U.S. Military Property" and DFARS 252.211-7003, "Item Identification and Valuation". 3.12 Technical Data Package (TDP). The contractor shall deliver a full technical data package including drawings, specification(s) and associated lists describing the Transducer design approved at CDR. (A008, DI-SESS-81000) 3.13 Physical Configuration Audit (PCA). The contractor shall participate in a two-day PCA at their Continental United States (CONUS) facility. The purpose of the PCA is to conduct a formal examination of the "as-built" configuration of the Transducer against its technical documentation to establish and verify the Transducer's product baseline. Exit criteria for the PCA shall be (1) acceptance of published Transducer PCA minutes; and (2) completion of all PCA action items assigned to the contractor. (A003, DI-ADMN-81249B) (A004, DI-ADMN-81505) 4.0 GOVERNMENT FURNISHED MATERIAL (GFM) 4.1 GFM Transducer. The contractor will be provided two (2) serviceable Transducers and eight (8) unserviceable Transducers (Part Number 344201) representing the legacy design. The GFM is provided by the government to assist in evaluation and detailed design of the replacement part. The GFM Transducers will be provided to the contractor under the Air Force loan/lease program. 5.0 DATA MATRIX 5.1 Contract Data Requirements List (CDRL) Matrix. The CDRLs listed in Table II describe the data deliverables of this contract. The CDRL form, Department of Defense (DD) Form 1423 included with this contract, specifies the data required to be delivered to the Government, as well as the frequency and approval requirements. Any correspondence related to requests for data delivery deviations and/or amendments or deletions to the CDRL form shall be addressed to the Procurement Contracting Officer (PCO). TABLE II CDRL # Title DID # Paragraph/Section Gov't Approval Required? A001 Integrated Program Management Report DI-MGMT-81861 3.1 Yes A002 Motion Transducer Specification DI-IPSC-81431 3.2 Yes A003 Conference Agenda (Meeting Agenda) DI-ADMN-81249B 3.2, 3.3, 3.4, 3.9, 3.13 Yes A004 Report, Record of Meeting/Minutes DI-ADMN-81505 3.2, 3.3, 3.4, 3.9, 3.13 Yes A005 First Article Test Plan DI-NDTI-80566A 3.7 Yes A006 First Article Test Report (FTR) DI-QCIC-81890 3.8 Yes A007 Counterfeit Protection Plan DI-MISC-81832 3.10 Yes A008 Technical Data Package DI-SESS-81000 3.12 Yes MEMO FOR INDUSTRY SUBJECT: ICBM Motion Transducer REF: P/N 344201 1. Air Force requests a Rough Order Magnitude (ROM) cost estimate for the Motion Transducer effort described in the Statement of Work (SOW). This is required to facilitate the government budgetary process. 2. ROM is required on company letterhead. 3. ROM shall be itemized into the following categories: - Analysis/Feasibility Study - Prototype Fabrication - Technical Data - Testing - Develop/Design Prototype - Engineering Support 4. Cost estimates for contractor travel should be included in the ROM but listed separately. C. The Air Force is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement. D. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. E. If, after reviewing these documents, you desire to participate in the market research and your organization has the potential capacity to perform these contract requirements, please provide the following information below in the contractor capability survey as well as tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. F. Both large and small businesses are encouraged to participate in this Market Research. G. Questions relative to this market survey should be addressed to Luz Castro at 801-775-3725 CONTRACTOR CAPABILITY SURVEY Business Information Please provide the following business information for your company/institution • 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: 336419. Size Standard 1,000 number of employees. 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) • HUB Zone 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). Submission Instructions: Interested parties who consider themselves qualified to perform the listed services are invited to submit a response to this Sources Sought Notice. Responses must be received or postmarked no later than close of business 17 July 2017. Please email luzviminda.castro@us.af.mil or mail your response to: OL: H/PZAC Attn: Luz Castro 6050 Gum Lane Bldg. 1215 Hill AFB, UT 84056-5805 Please send me an email if you plan to mail the information so it will not be overlooked. Questions relative to this market research should be addressed to Luz, (801) 775-3725
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/TransducerHAFB061617/listing.html)
 
Record
SN04547349-W 20170618/170616234301-bf7c45aa347275ec558464f42533bb7b (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.