SOURCES SOUGHT
59 -- 24-00009 Request For Information (RFI) Repair of F-15 TISS (Tactical Electronic Warfare Systems Intermediate Support System)
- Notice Date
- 6/30/2023 7:21:57 AM
- Notice Type
- Sources Sought
- NAICS
- 334418
— Printed Circuit Assembly (Electronic Assembly) Manufacturing
- Contracting Office
- FA8517 AFSC PZAAC ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- RFI_24-00009
- Response Due
- 7/30/2023 8:59:00 PM
- Archive Date
- 08/14/2023
- Point of Contact
- Brayan Rubalcava, Syemeiko Johnston
- E-Mail Address
-
brayan.rubalcava@us.af.mil, syemeiko.johnston.1@us.af.mil
(brayan.rubalcava@us.af.mil, syemeiko.johnston.1@us.af.mil)
- Description
- Request For Information (RFI) Repair of F-15 TISS (Tactical Electronic Warfare Systems Intermediate Support System) The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to repair/ remanufacture Eight National Stock Numbers (NSN) to ensure full compatibility with the F-15 TISS test station. The Government does not own or have access to the data for these items. The Government has determined that this system is a commercial item. Each NSN was screened and assigned a Repair Method Code (RMC)/Repair Method Suffix Code (RMSC) of R3/Z. RMC R3: Acquire, for the second or subsequent time, directly from the actual manufacturer, RMSC Z: This part is a commercial/non-developmental/off-the-shelf item. This effort will require the Contractor to handle and store classified material. All Contractor personnel handling items will need to possess a valid security clearance. The only technical data the Government possesses to support the remanufacture of these items is a specification control drawing (not a �built to� drawing) and it is proprietary to Astronics Test Systems Inc. Astronics Test Systems Inc. possesses the full Technical Date Package (TDP) for these parts and to date is not willing to release data permissions or sell their data to the government. Contractor shall furnish all material, support equipment, tools, test equipment, and services to repair/ remanufacture the component NSNs. 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. Repair of F-15 TISS (Tactical Electronic Warfare Systems Intermediate Support System) PURPOSE/DESCRIPTION: The Government is conducting market research to identify potential sources that may possess the expertise, capabilities, and experience to successfully meet the qualification requirements to repair/remanufacture the GPIU (General Purpose Interface Unit) Circuit Card Assemblies (CCA) piece/part components of the F-15 (TISS) Tester listed below: NOUN ����������������������������������������������� NSN��� ����������������������������������� P/N UUT A/C Power CCA����������������������� 5998-01-294-6297KV����������� 404480 Precision Measurement CCA������������ 5998-01-284-6344KV����������� 401797 Special Purpose Measurement CCA� 5998-01-297-7724KV����������� 401800 Interface Chassis CCA����������������������� 5998-01-302-2162KV����������� 401805 D/C Power CCA�������������������������������� 5998-01-295-2699KV����������� 404479 General Purpose Switching CCA������ 5998-01-297-7725KV����������� 401798 General Purpose Switching CCA������ 5998-01-298-0091KV����������� 401796 Monitor Select Circuit CCA�������������� 5998-01-298-2581KV����������� 401802 This requirement is for repair/remanufacture services. Our repair/remanufacture services strategy is a five-year contract (basic plus four option years) and will continue through FY29.� The projected quantities will be Best Estimated Quantities (BEQ) per year. (See Attachment for full RFI information)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/26c48b824f07464e9969d2bf53fd158d/view)
- Record
- SN06734784-F 20230702/230630230048 (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 |