Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2011 FBO #3626
SOURCES SOUGHT

14 -- MMIII Mk21 AFA Component Refurbishment and Repair

Notice Date
10/27/2011
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
 
ZIP Code
84056
 
Solicitation Number
FA8204-12-RFIMMIIIMk21
 
Point of Contact
Bruce James Richeson, Phone: 8017775535
 
E-Mail Address
bruce.richeson@hill.af.mil
(bruce.richeson@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information Title: MMIII Mk21 AFA Component Refurbishment and Repair 27 Oct 11 Mk21 AFA Component Refurbishment/Repair Overview: The Intercontinental Ballistic Missile (ICBM) Systems Reentry Systems/Reentry Vehicles Section (AFNWC/NWIBC), Hill AFB, Utah must prepare a sustainment concept to provide two years of refurbishment and repairs for the Mk21 Arming and Fuzing Assembly (AFA) components: the Solid State Radar (SSR), the Launch Safety Device (LSD) and the Programmer Timer Processor (PTP). This activity replaces the SSR Refurbishment contract that ends 30 September 2012; the LSD Conversion contract that ends 30 Dec 2011; and the PTP Repair Pathfinder task on ICBM Prime Integration Contract (IPIC) that ends 30 Dec 2011. The Mk21 AFA Component Refurbishment/Repair acquisition has one key objective: - Provide refurbished/repaired Mk21 SSRs, LSDs, and PTPs to feed the supply pipeline for the Mk21 AFA Refurbishment for a two-year period This announcement constitutes a Request for Information (RFI). The following information is provided to assist the Air Force in conducting market research to identify sources that meet Air Force requirements. This is neither a request for proposal nor an invitation for bid. There will be no reimbursement for the information provided. This RFI is specific to the Mk21 Arming and Fuzing Assembly (AFA) Solid State Radar (SSR), Launch Safety Device (LSD), and the Programmer Timer Processor (PTP). Work includes addressing known issues with the SSR including 100% replacement of the thermal battery, bus-wire & thermal grease, and tuning of the SSR to optimize power output; addressing degradation of certain internal gear parts/assemblies on the LSD including changing the size and material of two pinion gears and replacement of the gear rack; replacement of the C7/C28 capacitor stack on the PTP A3 Printed Wiring Boards (PWB), replacement of the C42 capacitors on the A5 PWB and acceleration testing of the Force-Balance Accelerometer Transducer (FBAT); and repair of failed components down to the circuit card level. System unique Test Equipment (TE) required for component certification, troubleshooting, and repair includes: Low Frequency Instrumentation Console (LFIC), Radio Frequency Instrumentation Console (RFIC), DITMCO, Test Console System (TCS), centrifuges, individual component Interface Adapter Units (IAU), and the Teradyne. Spare MK21 component TE is not known to exist. All Government owned SSR, PTP, and LSD TE is currently being used to support existing component repair/refurbishment programs and cannot be provided as Government Furnished Equipment to support this repair effort. Most of this TE is weapon system unique using primarily 1980/90 technology and may have significant lead time to redesign for new build or acquire parts for repair if system components cannot be acquired due to equipment failure. Technical data specific to the current repair facilities does exist but would have to be tailored/modified to each contractor's unique processes, facility, and environment. Some detailed floor level/working level documentation is contractor proprietary and would not be provided to support this effort. The contractor awarded this contract will be required to begin deliveries of the refurbished/repaired components not later than 30 Sep 13. RFI Questions: The following list of questions should be answered as it relates to your organization, not including what is currently subcontracted. Responses should be kept to the approximate length identified in the parenthesis after each question using Times New Roman 12 point font with a one inch top, bottom, and edge margins. Please limit responses to no more than 5 pages not including cover sheet and letter. 1. Technical Expertise - Does your company have an in-depth knowledge and hands-on experience with the troubleshooting, disassembly, refurbishment, repair, reassembly, tuning and testing of the components? How do you plan to identify and troubleshoot failures to the component board level? If awarded this contract, which specific areas might your corporation have to outsource/subcontract or grow new skills? (~1 page) 2. Support Equipment - Does your company have employees familiar with Mk21 SSR, LSD and PTP peculiar support and test equipment; that know how to operate, troubleshoot, upgrade and repair it down to the subcomponent level; that have access to necessary support and test equipment spares? If not, how will your company obtain this capability? Do you have the ability to acquire and/or build the TE, fixtures, and tooling needed to certify SSRs, PTPs, and LSDs as operational? How do you plan to acquire the necessary TE to provide the level of service described above by the contract start date? How will you train technicians to operate, troubleshoot, and repair this TE? (~1 page) 3. Technical Data - Do you have the existing technical data to perform the repair/refurbishment efforts described? If not, how to you plan to acquire this data? How do you propose to implement the tech data requirements in your facility? Do you have the ability to generate government acceptable Engineering Orders, Engineering Change Proposals, Change Notices, Software Deficiency Reports, etc. to address changes as required during this effort and describe your capabilities? (~1 page) 4. Handling of protected information and material - What processes/controls/procedures does your company have in place for handling (shipping, receiving, storing) of Nuclear Weapons Related Material and/or classified materiel? Briefly explain this process. (~½ page) 5. Meetings - What frequency and level of meetings do you recommend the government conducts in order to effectively communicate the Mk21 AFA Component refurbishment/repair efforts? (~½ page) 6. Finally, please provide any recommendations and/or concerns. (~½ page) Disclaimer: This RFI does not constitute a solicitation for proposals or any obligation on behalf of the Government. The responses to this RFI are not an offer and cannot be accepted by the Government to form a binding contract. No contract award will be made on the basis of this RFI. The Government will not pay for any information received in response to this RFI, nor will the Government compensate any respondent for any cost incurred in developing the information. Vendor participation is not a promise of future business with the Government. Any information provided in response to this RFI will be used for informational purposes only and will not be returned. All proprietary information should be clearly marked as such. All information submitted by respondents to this RFI, including appropriately marked proprietary information, will be safeguarded and protected from unauthorized disclosure.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8204-12-RFIMMIIIMk21/listing.html)
 
Record
SN02613971-W 20111029/111027234351-5184fafd90d7718dee033d8c98b51b9b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.