Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 22, 2016 FBO #5447
SOURCES SOUGHT

J -- Radar Set Subassembly

Notice Date
10/20/2016
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
5840-01-597-2330
 
Archive Date
11/19/2016
 
Point of Contact
Randy Burton, Phone: 405-736-7722
 
E-Mail Address
randall.burton.1@us.af.mil
(randall.burton.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Radar Set Subassembly NSN: 5840-01-597-2330 This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and production of the Radar Set Subassembly for use by United States Air Force (USAF) personnel. 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. INSTRUCTIONS: 1. Below is a document containing a description of Radar Set Subassembly requirement and a Contractor Capability Survey, which allows you to provide your company's capability. 2. 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.) a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Questions relative to this market survey should be addressed to Randy Burton, Production Management Specialist, 424 SCMS/GUMF, (405) 736-7722. Radar Set Subassembly NSN: 5840-01-597-2330 PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the production data/repair data, expertise, capabilities, and experience to meet qualification requirements for the repair of Radar Set Subassembly NSN: 5840-01-597-2330 for USAF personnel. Our acquisition strategy is a one-time repair. There are no qualification requirements available for this item. The projected quantities will be 3 each assets repaired. The Advanced Modular Transmitter (AMT) contains two identical transmitters, TWTA-A (1A500) and TWTA-B (1A501). The transmitters multiply a low power VHF (RF drive) signal from the receiver to X-Band, with a frequency of 9.0 to 9.2 GHz. The signal is modulated to produce a 1.0 microsecond high power radar pulse. Traveling Wave Tube Amplifier-A 1A500 and Traveling Wave Tube Amplifier-B 1A501 contain a Pulse Power Amplifier, and an RF Tray Assembly. Digital circuits within the transmitter are used to create a 1.1 microsecond grid modulator enable gate. The timing of the gate is accurately controlled. PRF timing pulses from the Receiver-Processor 1A14 turn on the transmitter during the 1.1 microsecond window that allows the transmitter to output the 1.0 microsecond RF pulse. CONTRACTOR CAPABILITY SURVEY Radar Set Subassembly 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: Web Page URL: Size of business pursuant to the applicable North American Industry Classification System (NAICS) Code of 334511 is 750 employees. 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). Written responses, no facsimiles or e-mails please, must be received no later than the close of business 4 November 2016. Please mail two (2) copies of your response to: Randy Burton Bldg 3001 Staff Drive Suite 1AC1 96A Tinker Air Force Base, 73145 Questions relative to this market survey should be addressed to 424.SCMS.AFMC.RFI.Responses@tinker.af.mil. With a subject line: "GPN-22 Radar Set Subassembly". Part II. Capability Survey Questions A.General Capability Questions: 1.Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2.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). 3.What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9001, AS9100, etc.) 4.Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. 5.Describe your company's capability to obtain or manufacture molds/tooling. Also, provide information on your type of molding process. 6.What is your company's current maximum production capacity per month? Provide information on any facility reserves you may possess to increase production capacity in the event of an immediate need do to critical operational mission requirements. 7.Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement? 8.Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. a.Provide an outline of the proposed process, including inspections. B.Repair Questions: 1.Describe your capabilities and experience in modifying 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. 3.Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? 4.Describe your process for maintaining inventory records and reporting on hand/in work balances and repair status to your customer.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/5840-01-597-2330/listing.html)
 
Record
SN04309066-W 20161022/161020234218-bb0fcddaf6780fa6b4d5dab4677a07db (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.