Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 28, 2022 SAM #7576
SOURCES SOUGHT

99 -- Repair of UH-1N Multiple Indicator

Notice Date
8/26/2022 5:52:01 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
FA8524 AFSC PZAAA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8524-23-R-0069
 
Response Due
9/30/2022 9:00:00 AM
 
Point of Contact
Rodney Mathis, Kiem Tarpley
 
E-Mail Address
rodney.mathis@us.af.mil, kiem.tarpley@us.af.mil
(rodney.mathis@us.af.mil, kiem.tarpley@us.af.mil)
 
Description
Request For Information (RFI) for the Repair of UH-1N Multiple Indicator Noun:������������������������������������������� ���� NSN���������������������� ����������� Part Number Multiple Indicator������������������������������ 6605-01-597-4616����� ����������� SN3500-010N CAUTION: The Government is conducting market research to identify potential sources that possess the repair data, capabilities, and experience to meet qualification requirements to repair the Signal Data Converter of which is applicable to the UH-1N Helicopter. The level of security clearance and amount of foreign participation in this requirement has not been determined.� The Multiple Indicator has a Repair Method Code/ Repair Method Suffix Code (RMC/RMSC) of �R3/Z�. �RMC R3; Repair, for the second or subsequent time, directly from the actual manufacturer.� RMSC Z. This part is a commercial/non-developmental/off-the-shelf item. Commercial item descriptions, commercial vendor catalog or price lists or commercial manuals assigned a technical manual number apply. The Original Equipment Manufacturer (OEM) for the Multiple Indicator is Sandel Avionics, Inc. 1370 Decision St. Suite D, Vista CA. 92081. CAGE code 3T1Z4 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. 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. 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. This solicitation is issued for the purpose of identifying any additional potential repair sources capable of repairing these assets. INSTRUCTIONS: The document below contains a description of the Multiple Indicator requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company�s capability. The document below contains a description of the Multiple Indicator 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.) 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 Government Logistic Manager, Rodney W. Mathis (478) 327-6937 or at e-mail; rodney.mathis@us.af.mil . 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 Multiple Indicator applicable to the UH-1N components listed below: NOUN������������������������������������ NSN �������������������������� ������P/N Multiple Indicator������������������������������ 6605-01-597-4616����� ����������� SN3500-010N This requirement is for repair services.� Our repair services strategy is a five-year contract (basic plus four ordering periods) and will continue through FY29.� The projected quantities will be Best Estimated Quantities (BEQ) of 18 per year. The Government�s needs for repair services are required in order to support current combat search and rescue operations. The UH-1N is a utility helicopter that is used by the Air Force for missile site surveillance, nuclear convoy protection and search and rescue missions. All the parts of a UH-1N, except the fuselage, can be replaced making the end of life of the UH-1N indefinite. �The Sandel Primary Navigation Display, (PT# SN3500-010N, NIIN 015974616) is an advanced microprocessor controlled airborne multipurpose electronic display, which is designed to display the flight plan data from a connected GPS receiver. The moving map database as well as the internal operating system software obtainable through vendor, are field loadable through the use of a computer equipped with a USB port and a USB capable version of Microsoft Windows 7.0 or higher. This is part of the Helicopter Terrain Awareness Warning System/Traffic Collision Avoidance Device. (HTAWS/TCAD). This assembly has special characteristics which, if not conforming to the original design of the part, could cause failure of the Multiple Indicator. Because of the complexity of this item and the lack of proprietary data, including test procedures, it would not be possible to establish an alternate source of repair for this item. � CONTRACTOR CAPABILITY SURVEY NOUN������������������������ ����������� NSN �������������� ����������� ������P/N Multiple Indicator������������������������������ 6605-01-597-4616����� ����������� SN3500-010N Part 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 (811219) Code:��� ������ 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) Central Contractor Registration (CCR).� ������ (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Written responses, via e-mails, must be received no later than close of business September 20, 2022. Please e-mail your response to rodney.mathis@us.af.mil Questions relative to this market research should be addressed to the Government Logistic Manager, Rodney W. Mathis (478) 327-6937 or at e-mail; rodney.mathis@us.af.mil . 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 experience in repairing the Part Number/NSNs listed above. Do you have experience with generating, handling, manufacturing, testing, or repair of classified data, material, or information? Yes / No. 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 is your company�s current maximum repair capacity per month?� Provide information on any facility reserves you may possess to increase repair 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.). Provide a detailed quality plan implementing AS9100 (or equivalent). Repair Questions: Describe your capabilities and experience in modifying 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. 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 form, fit, 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. �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/75376bd61e1a4d4aa2de215c02e95859/view)
 
Record
SN06443595-F 20220828/220826230129 (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.