Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2011 FBO #3640
SOURCES SOUGHT

59 -- Sources Sought for Procurement of Repair Service for the APX-118 (NSN 5841-01-539-5879) and APX-123 (5895-01-539-9151)

Notice Date
11/10/2011
 
Notice Type
Sources Sought
 
Contracting Office
ACC-APG (C4ISR), HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, MD 21005-1846
 
ZIP Code
21005-1846
 
Solicitation Number
MARKET-SURVEY-5176-1
 
Response Due
1/3/2012
 
Archive Date
3/3/2012
 
Point of Contact
Tineka C. Davis, 443-861-5438
 
E-Mail Address
ACC-APG (C4ISR)
(tineka.c.davis.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
FOR ALL INFORMATION PLEASE CONTACT:Anh Nguyen anh.nguyen3@us.army.mil AN/APX-118 and AN/PAX-123 Repair Market Survey Synopsis Sources Sought for Procurement of Repair Service for the APX-118 (NSN 5841-01-539-5879) and APX-123 (5895-01-539-9151) Class Code 59, Electrical and Electronic Equipment Components. The sole source solicitation shall be for a firm fixed price 5 year Indefinite Delivery Indefinite Quantity (IDIQ) contract to repair RT-1836(C), RT-1912(C) Transponders, various sub-assemblies/modules and upgrade the RT-1836(C) transponder to the RT -1912(C) transponder. This market survey is to locate additional sources for Depot Repair Support Services for the AN/APX-118(V) and AN/APX-123(V) Transponder Sets. This will be an effort involving complete Depot Level repair down to the piece part level, and the contractor will have to overcome problems relating to repair parts obsolescence when problems of this nature arise. These tasks include repair of Line Replaceable Units (LRU) and Shop Replaceable Units (SRU). The services to be provided to the government will not reflect total government repair needs, but only the repair needs that, which at any given point in time, are discovered to be above and beyond that which government depot facility can accomplish in the timeframe necessary, using government depot facilities and/or other levels of repair (AVIM, AVUM, SRA etc.). The following items have been identified as candidates for repair: NamePart NumberNSN Receiver/Transmitter Radar RT-1836C1008939G-55895-01-504-0407 Receiver/Transmitter Radar RT-1912C1008939G-105895-01-539-9151 Control, Transmitter, Radar C-12664 (RCU)1008940P-15841-01-493-8789 Control, Transmitter, Radar C-12720 (RCU)1008940P-55895-01-539-9148 Chassis Assembly Mode 4 1008947G-45975-01-512-7961 Chassis Assembly Mode 5 1071516G-15975-01-593-6157 Crypto module, Mode 41052191G-15998-01-526-2159 Crypto module, Mode 5ON70688-15895-01-558-0933 RF Module1023987G-15895-01-503-7423 The current source for complete Depot Level repair and upgrade requirements is BAE Systems. Detailed Technical Data and drawings are not available from the Army. The LRUs and SRUs above are part of the AN/APX-118(V) and AN/APX-123(V) Transponder Sets that are manufactured and repaired exclusively by BAE Systems, and therefore, there already exists provisioning, logistics and maintenance support in place. There is currently no detailed Technical Data for the AN/APX-118(V) and AN/APX-123(V) Transponder Sets and sub-assemblies/modules available from the Army. The government does not possess drawings and other final documentation for the AN/APX-118(V), AN/APX-123(V) and sub-assemblies. The repaired transponders and the repaired sub-assemblies/modules shall be warranted to meet the following criteria: Form, fit and functionally interchangeable, (down to the module/circuit card assembly), with BAE Systems Part Numbers, including Mode 4/5 configurations of items above that are currently in development by BAE Systems. Meet requirements for DOD AIMS 97-1000 (DoD International AIMS Program Performance Standard, para. 4.1), DoD AIMS Program Office. Approval is required prior to procuring COTS/NDI to be used as replacement for an interface with existing AIMS systems. Meet requirements for observance of all regulations for handling, shipment and storage of the following Cryptographic Controlled Item (CCI) equipment: NamePart Number Receiver/Transmitter Radar RT-1836C1008939G-5 Receiver/Transmitter Radar RT-1912C1008939G-9 Control, Transmitter, Radar C-12664 (RCU)1008940P-1 Control, Transmitter, Radar C-12720 (RCU)1008940P-5 Crypto module, Mode 41052191G-1 Crypto module, Mode 5ON70688-1 CECOM LCMC will not want to spend the time or incur any additional cost due to new/additional provisioning, logistics and maintenance support for different AN/APX-118(V) and AN/APX-123(V) LRU/SRU configurations as a result of repair/upgrading. Turn around Repair Time of forty-five (45) days is required for Transponders and sub-assemblies. Meet requirements of Navy Contract N00019-05-D-0027 and Navy ALPHA contract testing criteria. The Modules, Circuit Card Assemblies (CCAs) and sub-assemblies shall be warranted to be form, fit a functionally interchangeable with BAE Systems Part Numbers. When the Modules, Circuit Card Assemblies (CCAs) and sub-assemblies are assembled in the RT-1838(C)/APX-118(V) and the RT-1912(C)/APX-123(V) Transponders, the Transponders shall meet all the above Transponder criteria. Potential supplier for repair/upgrade services will be required to have SECRET Facility clearance with SECRET safeguarding capability and have a COMSEC account and meet Operations Security (OPSEC) requirements. The current commercial Organic Repair source for Transponders, Modules and sub-assemblies that meets all the above criteria is BAE Systems. Potential suppliers capable of providing complete Depot Level Repair of the AN/APX-118(V) and complete Depot Level Repair of the AN/APX-123(V) Transponders; and complete Depot Level Repair of Modules, CCAs, and sub-assemblies of the AN/APX-118(V) and the AN/APX-123(V) Transponder Sets, must so indicate by writing to: Commander, US Army CECOM LCMC ATTN: AMSEL-LC-IEW-N-CM, 6007 Combat Dr Aberdeen Proving Ground, MD 21040. The response must include documentation such as test results, Technical Data, verification of COMSEC account demonstrating compliance with the above. Successful supplier(s) may be required to warrant that the items supplied under these services will meet all the above mentioned requirements and will satisfactorily perform when used for the purpose intended. For more information, contact Anh Nguyen anh.nguyen3@us.army.mil The deadline for response is 03 Jan 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/763ba1b4e352fe5e4586014755e16942)
 
Place of Performance
Address: ACC-APG (C4ISR) HQ CECOM CONTRACTING CENTER, 6001 COMBAT DRIVE ABERDEEN PROVING GROU MD
Zip Code: 21005-1846
 
Record
SN02622233-W 20111112/111110234943-763ba1b4e352fe5e4586014755e16942 (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.