Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2019 SAM #6581
SOURCES SOUGHT

J -- AN/ALQ-184 Mid/High Band Traveling Wave Tube

Notice Date
12/4/2019 12:01:10 PM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
FA8522 AFSC PZABB ROBINS AFB GA 31098 USA
 
ZIP Code
31098
 
Solicitation Number
RFI_FD206000030
 
Response Due
1/4/2020 2:00:00 PM
 
Archive Date
01/19/2020
 
Point of Contact
Michael Shelley
 
E-Mail Address
michael.shelley.1@us.af.mil
(michael.shelley.1@us.af.mil)
 
Description
Request for InformationThe AN/ALQ-184 Mid/High Band Traveling Wave Tube (TWT)CAUTION: The Government is conducting market research to identify potential sources that possess the repair data, expertise, capabilities, and experience to meet qualification requirements to repair the AN/ALQ-184 Mid/High Band Traveling Wave Tube (TWT), NSN: 5960-01-185-1885EW, PN: 1041794-1V1. The level of security clearance and amount of foreign participation in this requirement has not been determined. The Government’s Best Estimated Quantities for this requirement are in the table below.Best Estimated QuantitiesNSNPNOrdering PeriodIIIIIIIVV5960-01-185-1885EW1041794-1V1463515502468383 The RMC/RMSC for these items is R3/B. Repair, for the second or subsequent time, directly from the actual manufacturer. This part must be acquired from a manufacturing source(s) specified on a source control or selected item drawing as defined by the current version of DoD-STD-100. Suitable technical data, Government data rights, or manufacturing knowledge are not available to permit acquisition from other sources, nor qualification testing of another part, nor use of a second source part in the intended application. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. This code is used when the Government did not initially purchase the data and/or rights.The ALQ-184 responsible engineering authority originally qualified source to provide this item is Communications & Power Industries (CAGE 0MH33), retains the technical data rights and drawings to this item.Communications & Power Industries (CPI)811 Hansen wayPalo Alto, CA 94304650-846-3093Cage Code: 0MH33The Government does not own or have access to the data for this item. The Government has determined that this item is Military Unique.Contractor shall furnish all material, support equipment, tools, test equipment, and services. 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.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.INSTRUCTIONS: The document(s) below contain a description of the AN/ALQ-184 Mid/High Band Traveling Wave Tube (TWT), 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. Questions relative to this market survey should be addressed to the PCO. The AN/ALQ-184 Mid/High Band Traveling Wave Tube (TWT) PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to repair the AN/ALQ-184 Mid/High Band Traveling Wave Tube (TWT), NSN: 5960-01-185-1885EW, PN: 1041794-1V1.This item is integral and critical to the functionality of the AN/ALQ-184 Electronic Countermeasures (ECM) Pod. The AN/ALQ-184(V) Electronic Attack (EA) Pod provides primary self-defense against enemy radar-guided air defense systems for the A-10 and F-16 aircraft.Interested sources may identify their interest and capability to respond to the requirements. Interested sources must have performed repair and maintenance of the ALQ-184 variant systems in the past.Any prospective source will need to ensure their facility and personnel are qualified to generate and handle classified material as this contract will require the source to have access to secure/classified information.CONTRACTOR CAPABILITY SURVEYThe AN/ALQ-184 Mid/High Band Traveling Wave Tube (TWT)NSN: 5960-01-185-1885EW, PN: 1041794-1V1Part 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: Recommend using NAICS 811219 - Other Electronic and Precision Equipment Repair and Maintenance. 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) System for Award Management (SAM) (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, no facsimiles or e-mails please, must be received no later than close of business 15 Jan 2020. Please mail two (2) copies of your response to:AFLCMC/AFSC/PZABBAttn: Procurement Contracting Officer (PCO)Bldg 301 235 Bryon St., STE 19ARobins AFB GA 31098-1600 Questions relative to this market research should be addressed to the PCO.Part II. Capability Survey Questions General Capability Questions: 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. 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). Describe your company's capabilities for generating, handling, processing and storing classified material and data. Describe your company's capabilities and experience viewing and/or modifying engineering drawings. For the TWT, 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. What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.). Repair Questions: Describe your capabilities and experience in repairing existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment. Describe your capabilities and experience in developing/modifying repair or maintenance procedures. Include associated upgrade of technical orders and preparation of new technical orders. State the types of diagnostic and troubleshooting tools utilized for efforts such as this. Demonstrate your ability and experience in repair of the same or similar components, which are currently in use on commercial or military helicopters by providing the following information on the same or similar items: Contract Number Procuring Agency Contract Value Number of assets shipped Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the depot level repair and functional check of these or similar assets for Government Engineer review. Describe your capabilities and experience in test, evaluation, repair or maintenance procedures. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? Discuss your process for addressing any fit, form, and or function issues that may arise out of this effort. Describe your process for maintaining inventory records and reporting on hand/work-in-process balances and repair status to your customer. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. Provide an outline of the proposed process, including inspections. State the type of test procedures are anticipated for this effort. State the type of inspection processes anticipated for this effort. NDI/T. Destructive testing/inspection. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. If the item cannot be repaired in total, state what your organization can repair. 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. Commerciality Questions: Is there established catalog or market prices for our requirement? 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? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. Manufacturing Questions How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. If the item cannot be manufactured in total, state what your organization can produce. State any technology insertion ideas for the item that would be suitable for this effort.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d597b284082c48ecbe6ee21b50e92a7a/view)
 
Place of Performance
Address: 80508, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN05509429-F 20191206/191204230259 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.