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

R -- AN/ALR-56C TPS/TISS Support

Notice Date
12/4/2019 11:27:55 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8522 AFSC PZABB ROBINS AFB GA 31098 USA
 
ZIP Code
31098
 
Solicitation Number
RFI_FD20602000310
 
Response Due
12/26/2019 2:00:00 PM
 
Archive Date
01/10/2020
 
Point of Contact
Jalen Kirkland, Michael Shelley
 
E-Mail Address
jalen.kirkland@us.af.mil, michael.shelley.1@us.af.mil
(jalen.kirkland@us.af.mil, michael.shelley.1@us.af.mil)
 
Description
AN/ALR-56C TPS/TISS SupportThe Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to provide engineering support and deficiency report investigations pertaining to the TEWS Intermediate Support Station (TISS).This questionnaire/survey is for the purpose of obtaining information relative to an upcoming engineering effort in the Electronic Warfare Supply Chain Management Squadron (408 SCMS/GULB) at Robins AFB, GA. The Services Contracting Office within the Air Force Sustainment Center will serve as the procuring organization. Companies are encouraged to provide responses to this questionnaire but are advised that their participation is voluntary and no reimbursement of any kind will be provided. The original equipment manufacturer for TISS is Boeing. The Government does not own complete data, drawings, schematics, or any other releasable technical data in support of this requirement. As a result, Boeing is the only known source with adequate knowledge of the TISS performance requirements and possession of the required technical data and capabilities needed to produce this item and ensure compatibility of the equipment.INSTRUCTIONS: The document(s) below contain a description of the TISS Support Requirements 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.TISS Support Requirements:This effort will require the Contractor to investigate and resolve Deficiency Reports (DR) concerning the ALR-56C Test Program Sets (TPS) which run on the AN/ALM-246 TEWS Intermediate Support Station (TISS) and provide Test Program Set (TPS) updates. The objectives for the contractor to accomplish is to perform a DR investigation, submit Report of Findings (ROF) identifying potential fixes/solutions, perform the fix once agreed to by the Government, testing the fix, and packaging the fix for distribution. The Government shall receive monthly status updates on the work accomplished. Additionally the contractor shall provide telephone support, conduct an acceptable Contractor Safety Program and do not delay Mishap Notification and Reporting when required. The TISS is used to maintain the AN/ALR-56 Radar Warning Receiver (RWR) for the F-15C/D/E aircrafts. Over the past several years, numerous Deficiency Reports (DRs) have been reported for the ALR-56C system but were actually TPS issues. Verticality testing issues have been identified as a significant cause. With the current operations tempo every effort must be made to reduce shop flow time and DR’s that restrict carcass from being available to the war fighter.CONTRACTOR CAPABILITY SURVEYPart 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: · Government Proposed North American Industry Classification System (NAICS) Code:541330 Based on the Government proposed 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).Responses to the Capability Survey Part I and Part II must be received no later than close of business (12/26/2019). Please ensure data is in a readable electronic format that can be received through a firewall. Attachments shall not to exceed 10 MB per email. Multiple emails are acceptable. Responses must be sent via email to the following: Michael Shelley, michael.shelley.1@us.af.mil James Gordon, james.gordon.10@ua.sf.mil 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 in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.). Provide a detailed quality plan implementing AS9100 (or equivalent). Engineering Services Questions The ALR-56C is an integral part of a complex Electronic Warfare (EW) system. Does your company have knowledge and experience in the following: General EW principles ALR-56C role within the F-15 Tactical Electronic Warfare System (TEWS) ALR-56C theory of operation ALR-56C detailed knowledge of its Shop Replaceable Units (SRU), their revisions and interchangeability The ALR-56C Automatic Test Equipment (ATE) and Test Program Sets (TPS) are critical to this task. Does your company have knowledge and experience in the following: Development and sustainment of TPSs Experience with the following ATE: AN/ALM-246 (TEWS Intermediate Support Station) Experience with the following ATE and TPS languages: ATLAS, MATE, Fortran, BASIC, Testaid/Fasttrace, C and its derivatives TPS re-hosting Line Replaceable Unit (LRU) Deficiency Report (DR) investigations are a requirement for this task. Does your company have knowledge and experience in the following: Troubleshooting/fault isolation, both hardware and software Troubleshooting/fault isolation verticality testing issues Minimum of 5 years’ experience in troubleshooting/fault isolation of the ALR-56C LRUs and 56C field verticality issues Do you anticipate the need for any GFE? If so, please provide detailed information.Describe any industry certifications that your company presently holds in the area of quality assurance including Capability Maturity Model for Software and/or configuration management.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/345740845f394bbbbd8fa3fd5fd2f093/view)
 
Place of Performance
Address: 80508, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN05509443-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.