SOLICITATION NOTICE
J -- YIG Filter Assembly Repair
- Notice Date
- 5/18/2021 10:38:25 AM
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- U S ARMY DEPOT TOBYHANNA TOBYHANNA PA 18466-5079 USA
- ZIP Code
- 18466-5079
- Solicitation Number
- W25G1V21R0031
- Response Due
- 6/2/2021 1:30:00 PM
- Archive Date
- 06/17/2021
- Point of Contact
- Maureen Myrthel, Phone: 5706159535
- E-Mail Address
-
Maureen.Myrthel.civ@mail.mil
(Maureen.Myrthel.civ@mail.mil)
- Description
- PRE-SOLICITATION NOTICE This Notice is published as a sole source announcement under the statutory authority at 10 USC 2304(c)(1), and regulatory authority at FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Army Contracting Command, Aberdeen Proving Ground, Tobyhanna Division, Tobyhanna, PA 18466, intends to negotiate and award a firm fixed-price Indefinite Delivery/Indefinite Quantity (IDIQ) Service contract on a sole source basis to Teledyne Wireless, LLC, 1274 Terra Bella Ave., Mountain View CA 94043-1820. The NAICS Code is 811219 - Other Electronic and Precision Equipment Repair and Maintenance and the size standard is $22M. A Request for Proposal will be issued on or about June 707, 2021 under Solicitation number W25G1V-21-R-0031. This notice of intent is not a request for competitive proposals. Solicitation will be in accordance with FAR Part 15, Contracting by Negotiation. The following draft Performance Work Statement (PWS) may be updated, revised or changed throughout the Solicitation period. The Government is not responsible for any costs incurred for contractor's time or materials expended in preparing information/response to this Pre-Solicitation Notice and any subsequent Solicitation. Key elements of the �PWS� shall include, but not be limited to the following: I. SCOPE This requirement is for a 5 year Indefinite Delivery Indefinite Quantity contract for repair of government furnished YIG Filter Assemblies A3263643. The minimum quantity is 15 and the maximum quantity is 75 over the five year period. The government will supply unserviceable YIG Filters for contractor evaluation, repair or condemnation. Teledyne Wireless is the Original Equipment Manufacturer (OEM) of the YIG Filter A3263643, and is the sole owner of the proprietary data necessary to repair this equipment. The technical data packages, specifications, engineering descriptions are proprietary to Teledyne Wireless. No other company is known that can provide the required repair services because the Government does not own technical data for competition. Requirements: The contractor shall provide a firm fixed price for three repair actions: (1) Test and Evaluation (TE). Assets shall be tested and determined to be repairable or beyond repair (BR). Assets determined to be beyond repair shall be evaluated and reported as described in the Beyond Repair paragraph of this PWS. (2) Repair. Assets determined to be repairable shall be brought back to a serviceable condition and tested IAW the operational test requirements of Drawing A3263643. Environmental test are not applicable as long as the repair processes follow the manufacturing processes for assembly. (3) Beyond Repair. Assets determined to be beyond repair shall be returned to the government with an evaluation of the conditions making the asset BR. Test and Evaluation (TE) Immediately after contract award, the government will supply the minimum contract quantity (15 each) for evaluation and repair or condemnation. Within 60 working days of receipt of assets, the contractor shall perform test and evaluation to determine if they are repairable or beyond repair (BR). The results of this TE shall be provided to the COR electronically within the 60 day evaluation period. The TE assessment shall include a schedule for return of the repairable assets. No classified information or derivative information shall be reported. Contractor format test and evaluation shall state the reason asset is BR with reference to asset revision level, mechanical condition and operational state without specific test values. Repair Assets determined to be repairable shall be reconditioned to a like new condition and shall meet all the electrical performance requirements in the A3263643 drawing. All repaired assets shall be returned with a test data sheet and a description of the repair action. Repaired assets are not required to undergo environmental testing as long as the manufacturing processes for assembly and sealing are followed. No IUID markings are required on repaired assts. Beyond Repair Assets shall be considered beyond repair for the following reasons: (1) Revision level or age of the asset is such that parts are no longer available or the asset even if repaired would not meet the test requirements of the drawing. (2) Damage to the asset external or internal components can not be repaired. (3) Parts and labor costs for repair exceed reasonable repair costs exceeding $8,400. BR assets shall be returned to the government with the TE data and a description of the reason the assets were condemned. Government Furnished Material The contractor shall provide visibility of Government Furnished Material (GFM) inventories by National Stock Number (NSN) and Part Number IAW applicable CDRL. The purpose of this report is to maintain control and accountability of GFM. Contractor shall report receipt and shipping of GFM. Contract Performance Area and Facility Classification The contractor shall test, and repair the supplies described in this PWS at Teledyne Wireless, LLC., 1274 Terra Bella Ave., Mountain View CA 94043-1820. This is the only place of performance for the contract effort. The contractor shall have at a minimum a SECRET Facility Clearance Level at the time of solicitation and award. The SECRET Facility Clearance Level shall be maintained for the entire performance period of the contract. The contractor is required to access CUI information during the performance of this contract. The security requirements are in accordance with the contract DD 254 and the Security and AT/OPSEC Appendix to the PWS. Quality Assurance The contractor shall supply a completed Test Data Sheet for each serial number Diplexer manufactured. All testing is described in drawing A3263643. Contractor format test data sheet is acceptable. Security Requirements Contractor personnel performing work under this contract must have a minimum of a SECRET clearance prior to commencement of work under this contract, and must maintain a SECRET level of security clearance for the entire period of the contract. The security requirements are in accordance with the attached DD 254. All work performed under this contract shall be performed at the contractor�s facility. The contractor shall maintain a SECRET Facility Clearance Level throughout the performance period of this contract. The contractor is required to and shall maintain a safeguarding level of SECRET for the duration of this contract. The security requirements are in accordance with the contract DD 254 this PWS and the Security and AT/OPSEC Appendix to the PWS. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this requirement based on this notice is solely within the discretion of the Government. All information contained within this Pre-Solicitation Notification is subject to change. Point of contact is Maureen Myrthel, Contract Specialist, Phone 570-615-9535, email Maureen.Myrthel.civ@mail.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1d1504de7d78484e954b23266ef54cab/view)
- Place of Performance
- Address: Tobyhanna, PA 18466, USA
- Zip Code: 18466
- Country: USA
- Zip Code: 18466
- Record
- SN06005341-F 20210520/210518230114 (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 |