SOURCES SOUGHT
L -- L-3/Wescam MX-20HADD, MX-20HD, MX-25D EO/IR Turret Sensor Systems
- Notice Date
- 5/22/2020 10:41:49 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- FA8509 AFLCMC WIUKA ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA8509-20-R-0019
- Response Due
- 7/6/2020 1:30:00 PM
- Archive Date
- 07/07/2020
- Point of Contact
- Kimberly Mullins, Phone: 4789269339, Macie Dyke, Phone: 4782221584
- E-Mail Address
-
kimberly.mullins.2@us.af.mil, macie.dyke@us.af.mil
(kimberly.mullins.2@us.af.mil, macie.dyke@us.af.mil)
- Description
- The Air Force Life Cycle Management Center (AFLCMC) Special Operations Forces/Personnel Recovery (SOF/PR) Division, Robins AFB, GA is conducting a market survey to identify potential industry sources capable of providing Contract Depot Level Repair, logistics, configuration management, and program management of the L-3/Wescam Electro-Optical/Infrared (EO/IR) MX-20HADD, MX-20HD, and MX-25D turret systems for Special Operations Forces (SOF). This Request for Information (RFI) is for planning purposes only; this is not a request for Quotations or Proposals.� No solicitation document exists and a formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. �The Government will not be liable for payment of any response preparation expenses nor does the Government intend to pay for the information submitted to this response. �The interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The MX-20HADD EO/IR system is currently installed on the AC-130W; the MX-20HD and MX-25D EO/IR systems are currently installed the AC-130J. �The Government does not possess or have the data rights to the Wescam Technical Data Packages (TDPs); the OEM has sole ownership of all TDPs.� L-3-Harris/Wescam, a Canadian large business and the Original Equipment Manufacturer (OEM) of the EO/IR MX-20HADD, MX-20HD, MX-25D sensor turrets, is the current provider of maintenance/repair service; hardware and software support; configuration management; field support; engineering, and procurement. The three Wescam turret configurations are a highly sophisticated, unique piece of electro-optical equipment designed for Intelligence Surveillance and Reconnaissance (ISR) medium to high altitude missions, target designation, and weapons delivery.� The Government is attempting to identify potential sources capable of meeting the following requirements in support of the fielded MX-20HADD, MX-20HD, MX-25D systems: The source will be required to provide Depot Level Repair of the MX-20HADD, MX-20HD, MX-25D turrets, Wescam Laser Control Panel, Digital Master Control Unit (DMCU) and the Hand Controller to include all parts and labor, testing of repaired turrets to verify functional operability, and calibration and adjustments of the LRU with a 30 day Repair Turn Around Time (RTAT). The source will be required to refurbish the boresight modules for all three turret variants. The source will provide logistics support to include shipping/tracking of turrets from the repair site to final destination. �This includes the materials to update, maintain and sustain the turret systems. The source will provide configuration management for the turret systems. The source will provide on-site Field Service Representative (FSR) support Hurlburt Field, FL; Cannon AFB, NM; Eglin AFB, FL; Dahlgren, VA (System Integration Lab [SIL]); and Nashville, TN (SIL), as needed.� OCONUS FSR on-site support in deployed locations in foreign countries, as needed. The source will provide management and tracking of identified Government Furnished Materials (GFM). The source shall possess the necessary technical data package (TDP) required to provide on-site repair and trouble-shooting to include hardware, firmware, and software for the MX-20HADD, MX-20HD, and MX-25D EO/IR systems at AOR locations. The source may be required to provide maintenance and/or operational user training as needed. The source shall be responsible for acquiring and shipping diagnostic tools necessary to perform onsite repairs. The source will ensure FSR personnel have a Secret Security Clearance for entry into the AOR, meet all medical country clearance requirements, and meet all required training prior to deployment. 52.215-3 � Request for Information or Solicitation for Planning Purposes As prescribed in 15.209(c), insert the following provision: Request for Information or Solicitation for Planning Purposes (Oct 1997) (a)������� The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b)������ Although �proposal� and �offeror� are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c)������� This solicitation is issued for the purpose of market research in an attempt to overcome barriers to competition. (End of Provision)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/17a46b1ba4a24342b54426d546986dbb/view)
- Record
- SN05669416-F 20200524/200522230200 (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 |