Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOURCES SOUGHT

J -- RFI for Repair Services for Environmental Control Unit, AN/TPS-75 Program

Notice Date
2/27/2020 8:07:35 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
FA8250 AFSC PZAAA1 HILL AFB UT 84056-5825 USA
 
ZIP Code
84056-5825
 
Solicitation Number
FA8250-20-R-RECU
 
Response Due
3/30/2020 8:59:00 PM
 
Archive Date
04/14/2020
 
Point of Contact
Nicole Byington, Phone: 801-777-5038, Jerry Bialek, Phone: 801- 586-6184
 
E-Mail Address
nicole.byington@us.af.mil, jerry.bialek@us.af.mil
(nicole.byington@us.af.mil, jerry.bialek@us.af.mil)
 
Description
Request for Information USAF Control and Reporting Center � AACE Repair for Environmental Control Unit NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. Possible NAICS 811219 Item���������������������������� Nomenclature������������������������� Part Number 5998014966797������Circuit Card Assembly���������� 1366830 6130013162103����� Power Supply����������������������������1D26903G01 5840015386564����� Frequency Generator�������������310377 The Government is performing market research to identify budget requirements and sources of repair for the AN/TPS-75 parts mentioned above. These parts are used at various locations throughout the AN/TPS-75 and require an AN/TPS-75 system or equivalent test station to correctly verify function of the item that has been repaired. Reference drawings: Air Force Technical Orders/Manuals are 31P3-2TPS75-2-4 Related Drawings include: Item��������������������������� Nomenclature��������������������������� Drawings 5998014966797���� Circuit Card Assembly����������� None in JEDMICS 6130013162103���� Power Supply���������������������������� 1D26903 5840015386564���� Frequency Generator������������� 3D59840 These and additional documents will be supplied upon request and dependent on availability to the government. Respondents to this Sources Sought should show: 1. Possession of required technical documentation, to include the latest revision of the Air Force Technical Manuals and drawings listed above. 2. Capability to successfully repair these parts to meet the CRC AN/TPS-75 requirements and not alter the Form, Fit, Function and Interface (FFFI) items. 3. Capability to completely test these items for correct function per Air Force Technical Manuals and OEM documentation. AN/TPS-75 in system testing or equivalent testing capability is required. 4. Successful registration with the US System for Award Management (www.SAM.gov). 5. Ability to process repair reporting through the CAV AF system (www.cavaf.com). 6. Successful registration as a DoD contractor, have an active CAGE code and a completed form DD2345. 7. Ability to accept DCMA audits of company processes and DCMA inspection of repaired items. 8. Ability to submit reports and invoices in Wide Area Work Flow (wawf.eb.mil) 9. Capability to repair quantities of 1 to 5 each. 10. Respondents to this Sources Sought should include a rough order of magnitude (ROM) estimate of costs to evaluate, repair and test failed items along with costs to perform the above government reporting requirements. The government will use this ROM to budget for repair of these items and will not use it as a negotiating or evaluating position for any responses to a possible follow on request for proposal (RFP). 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 811219 which has a corresponding size standard of $22Million. 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. To be considered as a potential manufacturer/supplier source for this requirement, a Contractor will be required to submit technical data, in response to a Repair Qualification Requirement (RQR) document, verifying their capabilities to produce/supply these items. The Contractor will be required to verify to the Government that the items are within Original Equipment Manufacturer (OEM) specifications. Respondents to this request will be retained in a file and subsequently provided a copy of the Request for Proposal (RFP) when issued. Responding to this request in no manner guarantees a contract will be awarded to the respondent for the manufacture/repair of this item. All information received in response to this announcement that is marked Proprietary will be handled accordingly. Responses will not be returned. In accordance with FAR 15.201(e), a response to this notice is not an offer and cannot be accepted by the government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this announcement.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8b4f44d123634ab899567029125ce157/view)
 
Record
SN05574909-F 20200229/200227230143 (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  © 1994-2020, Loren Data Corp.