Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 29, 2023 SAM #7884
SOURCES SOUGHT

16 -- Purchase of Filter/Amplifiers and Mounting Trays

Notice Date
6/27/2023 9:58:12 AM
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
FA8730 KESSEL RUN AFLCMC/HBBK HANSCOM AFB MA 01731-2100 USA
 
ZIP Code
01731-2100
 
Solicitation Number
HBSK_ACIP_RFI
 
Response Due
7/11/2023 8:59:00 PM
 
Archive Date
07/26/2023
 
Point of Contact
Olivia Rogers, Laura Elwood
 
E-Mail Address
olivia.rogers.3@us.af.mil, laura.elwod@us.af.mil
(olivia.rogers.3@us.af.mil, laura.elwod@us.af.mil)
 
Description
Description: This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The Air Force Materiel Command (AFMC), Air Force Life Cycle Management Center (AFLCMC), Digital Directorate - Airborne Warning and Control System (AWACS) Division, AFLCMC/HBSK is issuing a sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirements listed below: Acquiring sixty (60) UHF Filter/Amplifiers and Mounting Trays which are compatible with AN/ARC-210 GEN 6 (RT-2036) radios that will be used in the Air Force AWACS E-3 aircraft kits for Second Generation Anti-Jam Tactical Ultra High Frequency Radios for NATO (SATURN) System upgrade in order to replace AN/ARC-204 Have Quick radios with AN/ARC-210 GEN 6 radios. �The party would be responsible for providing both UHF Filter/Amplifiers and Mounting Trays. Acquiring eighteen (18) UHF Filter/Amplifiers and Mounting Trays which are compatible with AN/ARC-210 GEN6 (RT-2036) radios that will be used in the AWACS Japan in order to replace AN/ARC-204 Have Quick radios with AN/ARC-210 GEN 6 radios. �The party would be responsible for providing both UHF Filter/Amplifiers and Mounting Trays. The Filter/Amplifier at a minimum should meet the following specifications: Be compatible with the AN/ARC-210 GEN 6 (RT-2036) radio. Be compatible with STANAG 4372 Ed3 frequency operations. Be compatible with STANAG 4246 frequency operations. Be compatible with fixed frequency clear and secure Amplitude Modulation (AM) and Frequency Modulation (FM); narrowband and wideband operations. Mean Time Between Failure (MTBF) will not be less than 3,000 hours. Allow for Built In Test (BIT) status detection through the RT-2036 radio interface. Possess at least one (1) transmit and one (1) receive radio port. Possess at least one (1) transmit and one (1) receive antenna port. Dimensions not to exceed 22.00(l) x 14.00 (w) x 10.00(h) inches. The filter amplifier will have a compatible shock mounting tray. Equipment to be fully qualified and be available for system level testing No Later Than (NLT) December 2023. Be available for full rate production NLT July 2024. Additional Filter/Amplifier specifications are controlled unclassified information (CUI) assigned a restricted distributed statement.� To receive this CUI, interested sources must be registered in the System for Award Management database located at www.sam.gov.� Once registered, interested sources can request the above specifications.in writing.� Email the following information to olivia.rogers.3@us.af.mil.� Name Title Company name and address DUNS and CAGE numbers Business Size Status E-mail address All interested sources shall provide a company brochure or list of capabilities, product literature,organization name, address, a point of contact, phone number, fax number, e-mail address, business size, taxpayer identification number, DUNS number, and CAGE Code. In addition to providing information to support the above specification, the Government is interested in parties providing data on Filter/Amplifiers related to: Spurious Outputs Noise Figure Distortion Duty Cycle capabilities Insertion Loss Weight Power Requirements Any ISO certifications Generally, this entails the procurement/manufacture of components parts, establishment of lead times, inspection, testing, preservation/packaging, and shipping. The estimated annual quantity for the first year is 8 each and years here in after 12 each. The unit prices will be established at the time of a contract award. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334220 & 334419. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by July 11, 2023 11:59 PM eastern standard time. All responses under this Sources Sought Notice must be emailed to Olivia Rogers, olivia.rogers.3@us.af.mil � If you have any questions concerning this opportunity please contact: Olivia Rogers via email olivia.rogers.3@us.af.mil Attachments/Links: No attachments or links have been added to this opportunity. Contact Information: Contracting Office Address AFLCMC/ U.S. AWACS 3 Eglin Street Bldg. 1612, Hanscom AFB, MA Primary Point of Contact: Olivia Rogers, olivia.rogers.3@us.afmil Secondary Point of Contact Laura Elwood, laura.elwood@us.af.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cdf246d14f934432a03a03f55b34772b/view)
 
Record
SN06730168-F 20230629/230627230049 (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.