Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2018 FBO #6026
MODIFICATION

58 -- REX CCA Obsolescence - Receiver Exciter (REX) Circuit Card Assembly (CCA) for the Ballistic Missile Early Warning System (BMEWS) and PAVE Phase Array Warning System (PAWS) (BMEWS/PAVE PAWS) (BPP) sites

Notice Date
5/22/2018
 
Notice Type
Modification/Amendment
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/HB - Hanscom, 11 Barksdale Ave Bldg 1614, Hanscom Air Force Base, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8723-18-R-0004
 
Archive Date
6/28/2018
 
Point of Contact
James E. Lovely, Phone: 7195566268, Brenda Palmer, Phone: 719-556-6268
 
E-Mail Address
james.lovely.1@us.af.mil, Brenda.Palmer@us.af.mil
(james.lovely.1@us.af.mil, Brenda.Palmer@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The following Amendment 2 contains multiple changes to the REX Circuit Card Assemblies Sources Sought dated 27 April and modified 1 May. The due date for responses has been extended to 13 June 2018. SOURCES SOUGHT ANNOUNCEMENT Amendment 2 22 May 2018 THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. THIS SOURCES SOUGHT SYNOPSIS IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE AIR FORCE TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. NEITHER UNSOLICITED PROPOSALS NOR ANY OTHER KINDS OF OFFERS WILL BE CONSIDERED IN RESPONSE TO THIS SOURCES SOUGHT. I. Synopsis: The Department of the Air Force, Air Force Life Cycle Management Center, Strategic Warning and Surveillance Systems Division is conducting market research to identify contractors capable of repairing Receiver Exciter (REX) Circuit Card Assemblies (CCA)s, reverse engineering and producing current CCAs, and/or designing a new REX for the Ballistic Missile Early Warning System (BMEWS) and PAVE Phase Array Warning System (PAWS) (BMEWS/PAVE PAWS) (BPP) sites. The REX CCAs effort will repair unserviceable cards and return them to the supply system to address component obsolescence. Reverse engineering and production of current CCAs will also support sustainment of the current REX units. The redesign effort will support Government requirements to provide long term sustainment support and integrate with a planned sensitivity upgrade for BPP sites for the Air Force Life Cycle Management Center (AFLCMC), Battle Management Directorate, Strategic Warning & Surveillance Systems Division (HBQ). The BPP radar sensors are ground-based, computer-driven, phased array radars located at Thule Air Base, Greenland; Royal Air Force Fylingdales, United Kingdom; Cape Cod Air Force Station (AFS), MA, Clear AFS, AK, and Beale Air Force Base, CA. All information contained in this Sources Sought Synopsis is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Air Force to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Synopsis, is solely within the discretion of the Government. This synopsis is open to all qualified prime contractors, regardless of size. The applicable NAICS is: 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical Systems and Instrument Manufacturing. If a potential offeror believes a different NAICS code is more applicable to this effort than the one noted here, an alternate NAICS and justification for its use should be noted in their response. II. Scope of Work: First, the Government requires an immediate repair source for existing unserviceable REX CCAs until a redesigned REX is fielded. Second, the Government is interested in vendor capability to reverse engineer existing REX CCAs to develop and produce CCAs. This reverse engineering effort would provide a Form, Fit, Function and Interface (F3I) replacement for additional sustainment support. Finally, the Government is planning for a redesign effort of the entire REX to enhance future sustainability and support a sensitivity upgrade. The redesign is planned to be fielded at all five sites and in an integration and test suite (currently the SPA environment at Peterson AFB, CO) to replace obsolete REXs. The redesign effort includes designing to existing overall radar performance specifications, testing, manufacturing, and fielding a REX solution. The contractor will need to demonstrate their expertise in phased array UHF technology, and be able to build-to-design and troubleshoot/repair if issues arise during testing, manufacturing, and shipping. The Government has a partial systems performance specifications and a Level II Technical Data Package (TDP) available for use by potential offerors. Additionally, the Government is working to acquire a Level III TDP but the availability date is not yet known. The requirements and background information are available only to bidders with the ability to handle "For Official Use Only" information upon request. III. Information Sought: Within the 10 pages specified by this Sources Sought, qualified potential contractors are requested to provide the following information to meet the Sources Sought objectives. 1. The Government requests industry feedback on potential offerors' ability to meet the current requirements. Responses should: a. Specify whether respondents have the background and expertise to be able to repair current broken components on legacy REX CCAs IAW a Government provided Level II or Level III Technical Data Package (TDP). b. Specify whether respondents have the background and expertise to be able to reverse engineer legacy REX CCAs and produce reverse engineered CCAs as an F3I replacement given a Government provided Level II or Level III Technical Data Package (TDP) for a legacy REX. c. Specify whether respondents have the background and expertise to be able to design, test, produce and deliver a new REX to meet specific system performance requirements. d. Identify an estimated timeline to repair REX CCAs as identified in Table 1 below. Table 1 - REX Circuit Card Assemblies of Interest Part Number REX CCA Nomenclature G743571-2 Digital Waveform Generator G743590-1 Hardware Controller G743569-1 Phase Lock Oscillator G781808-1 Digital Down Converter G768208-2 Single Board Computer G779870-1 Receiver Upconverter e. Identify the estimated timeline to reverse engineer and produce REX CCAs as identified in Table 1 above, or identify products or solutions that exist today that meet the F3I requirements. f. Describe the approach for REX redesign, production and delivery schedule to include quality control, and quality assurance. 2. The Government desires to maintain unlimited data rights and not proprietary electronic solutions. Describe any privately developed items, components, processes, computer software, and/or technical data that a potential offeror: (a) Intends to deliver with Limited Rights, (b) Intends to deliver with Government Purpose Rights, (c) Intends to deliver with Restricted Rights, or (d) have not yet determined if such rights should apply. The REX CCA Obsolescence Mitigation Bidders Library contains additional requirements information and system program documentation. Request access to the Bidders Library by following directions in Attachment 1 - Bidders Library Instructions dated 27 April 2018. Once in the library, users can download individual documents or open the document titled "Users Guide - Bidders Library Cloning Workbench" for instructions on how to download the entire library. IV. Questions: In addition to the information requested above in response to this Sources Sought Synopsis, the Government is seeking responses to the questions below: 1. After review of the Sources Sought library data, what additional technical/workload data, if any, is required for you to competitively propose for this effort? 2. What is your REX CCA (Table 1) repair and/or reverse engineering (F3I replacement) production capacity? 3. How soon could you deliver reverse engineered (F3I replacement) REX CCAs? 4. Describe current products, design, or production efforts that could meet F3I REX CCA (Table 1) requirements (in whole or in part) without reverse engineering. 5. What is our REX redesign production and delivery capacity? 6. What, if any, warranty period would you offer on the repair, reverse engineering, and/or redesign efforts? 7. Do you have an existing contract vehicle to fulfill the requirement? If so, please identify. If not, what contract type would you recommend given your strategic look at risk? 8. What are your production cost and schedule drivers and constraints for the reverse engineering effort and/or the REX redesign effort? 9. Would you require a site visit in order to respond to a formal Request for Proposal (RFP)? If so, how far in advance would you need in order to respond to a formal RFP? 10. Describe opportunities for small business participation, if any. V. Response Information: Submit your responses via email in a PDF or an MS Office compatible electronic format with "REX CCA Obsolescence Mitigation" in the subject line to James Lovely, Contract Specialist (james.lovely.1@us.af.mil) with a courtesy copy to Brenda Palmer, Contracting Officer (brenda.palmer@us.af.mil). Response information shall contain only ONE electronic file, no larger than 5 megabytes (MB) in size that contains the following: 1) Cover letter 2) Company name, mailing address/website, location of facilities, CAGE Code, North Industry Classification System (NAICS) number(s), business size and any eligibility under the U.S. Government socio-economic programs and preference, and point of contact to include telephone number(s) and email address. Specify if responding concern is a U.S. or foreign-owned firm. 2) Responses to the Information Sought in Section III (no more than 10 pages, 11 point Times New Roman font (no smaller than 10 point when embedded within graphics) 3) Responses to questions in Section IV (if desired) Multiple electronic submissions to avoid the 5 MB size limitation will not be allowed. Any response submitted by respondents to this Sources Sought constitutes consent for their submission to be reviewed by Government personnel, Federally Funded Research and Development Center (FFRDC) employees and Advisory & Assistance Services (A&AS) contractor employees supporting AFLCMC/HBQ, unless the respondent clearly objects in writing to the release of this information to FFRDC contractor employees and A&AS contractor employees supporting AFLCMC/HBQR, in a cover letter accompanying your Sources Sought Response Package. The information received will assist in formulating an acquisition strategy decision. Responses are due no later than 13 June 2018, noon Mountain Daylight Time (MDT), however, earlier submissions of responses are highly desirable. Responses received after this date and time may not be reviewed. Address all contracting and acquisition strategy questions to the Contracting Officer: Brenda Palmer, email: brenda.palmer@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9e0fc0707bd9cf0f494bb4660eb13d49)
 
Record
SN04930044-W 20180524/180522230656-9e0fc0707bd9cf0f494bb4660eb13d49 (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.