SOURCES SOUGHT
49 -- SYNCHRO LVDT North Atlantic - RFI
- Notice Date
- 8/17/2016
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- F3QCCM6207A001
- Archive Date
- 9/16/2016
- Point of Contact
- Andrew J. Speicher, Phone: 4782221181
- E-Mail Address
-
andrew.speicher@us.af.mil
(andrew.speicher@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- All responses shall be forwarded to Anthony.allen.3@us.af.mil Request for Information SYNCHRO LVDT NORTH ATLANTIC August 16, 2016 1.0 Purpose/Description The Government is conducting market research to identify potential sources that possess the data, expertise, capabilities, and experience to meet qualification requirements to supply equipment necessary for the Versatile Depot Automatic Test Station (VDATS). The Government has determined that this system is a commercial item. Commercial item descriptions, commercial vendor catalog or price lists or commercial manuals assigned a technical manual number apply. No Contractor installation is required for this equipment. The Government does not own or have access to the data for these items. North Atlantic Industries is the OEM. 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. •1.1 Requirements Purchase includes the following: Item Manufacturer's Part Number Description Qty. 1 65CS4-A2210E0-A2210E0-N Synchro Resolver VXI Card 5 2 65DL2-08C0M0P0 LVDT VXI Card, VXI Instrument, L/RVDT Stimulus, 8 Channel, 3 Wire, with programmable ratio metric of fixed self-leveling output option, "C"-Size. 5 1.2 Warranty: A one (1) year warranty to include all hardware shall be provided. 1.3 Delivery: The Contractor shall deliver all items no later than 20 weeks after the contract award. INSTRUCTIONS: The document(s) below contain a description of the Synchro Resolver and LVDT VXI Cards 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.) Identify any areas of work that your organization believes should be broken out exclusively for Small Business. 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 Anthony Allen, 468-8853, anthony.allen.3@us.af.mil CONTRACTOR CAPABILITY SURVEY 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 (NAICS) Code: 334515 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). EMAIL must be received no later than close of business on ADD DATE To POC: Anthony Allen, anthony.allen.3@us.af.mil MAPO Group Rep 478-468-8853 Questions relative to this market research should be addressed to the POC. Part II. Capability Survey Questions •A. General Capability Questions: •1. 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). •2. Describe your company's experience in supplying equipment such as the Resolver and Synchro VXI cards described. •3. What is your company's current maximum capacity per month for this particular type of requirement? Provide information on any facility reserves you may possess to increase capacity in the event of an immediate need do to critical operational mission requirements. •B. Upgrade Questions: •1. Describe your capabilities and experience in upgrading existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment. •2. Describe your capabilities and experience in developing/modifying repair or maintenance procedures. Include associated upgrade of technical orders and preparation of new technical orders. •a. State the types of diagnostic and troubleshooting tools utilized for efforts such as this. •3. Demonstrate your ability and experience in repair of the same or similar components, which are currently in use on commercial or military aircraft by providing the following information on the same or similar items: •a) Contract Number •b) Procuring Agency •c) Contract Value •d) Number of assets shipped •4. 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. •5. Describe your capabilities and experience in test, evaluation, repair/upgrade or maintenance procedures. •6. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? •7. Discuss your process for addressing any fit, form, and or function issues that may arise out of this effort. •8. Describe your process for maintaining inventory records and reporting on hand/work-in-process balances and repair status to your customer. •9. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. •10. State any technology insertion ideas for the item that would be suitable for this effort. •C. Commerciality Questions: •1. Is there established catalog or market prices for our requirement? •2. 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? •3. Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. •4. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. •D. Manufacturing Questions •1. Describe your capabilities and experience in manufacturing with regard to the requirements of this effort. •2. Describe your capabilities and experience in developing/modifying manufacturing procedures. Include associated upgrade of technical orders and preparation of new technical orders. •3. Demonstrate your ability and experience in the manufacture of the same or similar components, which are currently utilized in the commercial or military environment by providing the following information on the same or similar items: •a) Contract Number •b) Procuring Agency •c) Contract Value •d) Number of assets shipped •4. Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the manufacture and functional check of these or similar assets for Government Engineer review. •5. Describe your capabilities and experience in test, evaluation, and repair processes/procedures with regard to manufacturing items. •6. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer. •7. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. •8. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. •9. If the item cannot be manufactured in total, state what your organization can produce. •10. State any technology insertion ideas for the item that would be suitable for this effort. •E. Engineering Services Questions •1. Describe your services capabilities and experience with regard to the requirements of this effort. •2. Describe your capabilities and experience in developing/modifying procedures. Include associated upgrade of technical orders and preparation of new technical orders. •3. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items: •a) Contract Number •b) Procuring Agency •c) Contract Value •d) Services Provided •4. Describe your capabilities and experience in any required test, evaluation, and repair processes/procedures with regard to the required items. •5. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. See Product Description below PRODUCT DESCRIPTION SYNCRHO LVDT NORTH ATLANTIC 21 July 2016 •1.0. DESCRIPTION : The Contractor shall provide to the 581 SMXS, 402 Software Maintenance Group, Robins Air Force Base, instruments/components needed for the VDATS test station program manufactured by North Atlantic Industries. •1.1. Contractor shall provide the following items: Item Manufacturer's Part Number Description Qty. 1 65CS4-A2210E0-A2210E0-N Synchro Resolver VXI Card 5 2 65DL2-08C0M0P0 LVDT VXI Card, VXI Instrument, L/RVDT Stimulus, 8 Channel, 3 Wire, with programmable ratio metric of fixed self-leveling output option, "C"-Size. 5 •1.2. Contractor shall provide the manufacturer's standard 1-year warranty beginning at the date of acceptance of all items. 2.0 DELIVERY •2.1 The contractor shall deliver all items no later than 20 weeks after contract award to the following address: Attn.: David Harman 581 SMXS/MXDPCB 635 Tech Road, Bldg. 639 Robins AFB, GA 31098 (478) 327-9611 david.harman@us.af.mil Alternate POC: Sam Sheppard, (478) 926-1416 •2.2 No contractor installation is required for this equipment. SMXG personnel will install the equipment. •3.0 Green Procurement Program (GPP) : The contractor shall comply with the Green Procurement Program in accordance with Federal (EO 13423) and DoD and AF (GPP) policy. Green Procurement is the purchase of environmentally preferable products and services. These products are preferred because they conserve resources, create less pollution and waste, or eliminate health and safety risks. The Green Procurement Program (GPP) includes these mandatory components: • Recycled content products, also known as Comprehensive Procurement Guideline (CPG) Item s http://www.epa.gov/cpg/products.htm • Energy Star® and energy-efficient products; energy efficient standby power devices http://www.eere.energy.gov/ • Bio-based products http://www.biobased.oce.usda.gov/fb4p/ • Non-ozone depleting substances http://www.epa.gov/ozone/snap/lists/index.html •4.0 APPENDICES : None.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/F3QCCM6207A001/listing.html)
- Place of Performance
- Address: Robins AFB, Robins AFB, Georgia, 31098, United States
- Zip Code: 31098
- Zip Code: 31098
- Record
- SN04228579-W 20160819/160817235427-94956863f8e7a35b621ba671aa9caf4a (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 |