SOURCES SOUGHT
J -- Request for Information (RFI) for Repair of Ruggedized Long Range Video Cameras and Associated Equipment - Request for Information (RFI) Attachment
- Notice Date
- 8/31/2017
- 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, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8250-17-R-0015
- Archive Date
- 10/21/2017
- Point of Contact
- Bruce Ryan Christensen, Phone: 8017776660, Kimberly Covert, Phone: 801-586-1326
- E-Mail Address
-
bruce.christensen.3@us.af.mil, kimberly.covert.1@us.af.mil
(bruce.christensen.3@us.af.mil, kimberly.covert.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information Repair of Ruggedized Long Range Video Cameras and Associated Equipment NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. United States Air Force (USAF) Weapon System: AN/TPT-T1 (V) Unmanned Threat Emitter (UMTE) Repair for Video Cameras: Camera NSN Part Number(s) Reference Documents UMTE Day Camera 6720-01-310-5581 ER4350, 8811-7140-1 8811-7140, SP8811-7140, 43D7-11-40-4-1 UMTE Day Camera 6720-01-540-5524 150106G1, 150106G2, 1026-6415-B 1026-6415, 43D7-11-40-4-1, 43D7-11-40-4-1 UMTE Day Camera 6720-01-406-3731 ER4350A1, 8819-6415-2, 8819-6415-1 8819-6415, 43D7-11-40-4-1, 43D7-11-40-4-1 UMTE Night Camera 6720-01-560-4531 19351-211, 19351-212, 1026-6430-2 1026-6430, SP1026-6430, 43D7-11-40-4-1 UMTE Night Camera Power Supply 6130-01-571-1999 22150-200, 22150-201, 1026-6430-3 1026-6430, SP1026-6430, 43D7-11-40-4-1 United States Air Force (USAF) Weapon System: AN/MST-T1A Multiple Threat Emitter (MUTES) Repair for Video Cameras: Camera NSN Part Numbers Reference Documents MUTES T.V. Camera 5820-01-132-3676 ER4030E1/ER4030/ETEK50XMP, 1122-2000/ER4030E/TEK50XMP, 4865-2040-000/L/ER-4030A, 513098-1045, 513098-2043, 654VE0008-1, 654VE0008-2 31R2-4-911-7, 654VE0008, 88C0515, 92C1186, 92C1218, 08A1928, 654CE0008, 88C0538 United States Air Force (USAF) Weapon System: AN/MST-T1 (V) Mini Multiple Threat Emitter (Mini-MUTES) Repair for Video Cameras: Camera NSN Part Numbers Reference Documents Mini-MUTES IR Camera 5820-01-497-6563 2007830-1, 3243737-01-25-22-3.0-01-01-3 2007830 United States Air Force (USAF) Weapon System: AN/MPQ-T1 Band Sim Repair for Video Cameras: Camera NSN Part Numbers Reference Documents Band Sim Camera 5820-01-328-0052 583CD5502-1 43D7-11-21-4, 31S-4-123-7, 583ZD5502, 583CD5502 Band Sim Camera 5820-01-328-0053 583CD5503-1 43D7-11-21-4, 31S4-4-123-7, 583CD5503, 583CD5503AL, 583ZD5503 Band Sim Camera 5820-01-328-0054 583CD5504-1 31S4-4-123-7, 583ZD5504, 583CD5504, 583CD_12C0036-H, 583CD5504_PL_12C0037-H United States Air Force (USAF) Weapon System: AN/MSQ-T43 Modular Threat Emitter (MTE) Repair for Video Cameras: Camera NSN Part Numbers Reference Documents MTE Camera 5820-01-194-8065 SC-75AHLMX, 601700-01 31S4-4-105-2, 601700 United States Air Force (USAF) Weapon System: AN/TSQ-T10 Joint Threat Emitter (JTE) Repair for Video Cameras: Camera NSN Part Numbers Reference Documents JTE Video Camera / Day Vision 5820-01-598-9437 A2097-000036, ER-8688B 43D7-19-5-4-WA-1, A2097-000036 JTE IR Camera 5855-01-607-2990 20098-200, 200425458-1 43D7-19-5-4, 200425458 NAICS code 811219 The Government is performing market research to identify budget requirements and sources of repair for the ruggedized, outdoor, RS-170 cameras and related equipment mentioned above. Government objectives and requirements: 1. The repaired items shall meet the technical requirements of the associate weapons systems shown in the above table. Assets shall pass all tests related to these items as subsystems, meet weapon system interface requirements, and function as a like new item in the weapon system environments. The government does not have access to all camera requirements and interface data for the above Weapon Systems. It is up to the contractor to show that they can obtain and use all technical data necessary to evaluate, repair and verify correct function of these cameras and camera related items with the intended weapons system. 2. The contractor shall demonstrate that they can furnish all facilities, parts, materials, data, equipment and services, required to dissemble, inspect, repair as necessary, reassemble, align and functionally test each item, returning the item(s) to a serviceable condition. 3. Respondents to this Sources Sought should include a rough order of magnitude (ROM) estimate of costs to repair the above items. The government will use this ROM to budget for repair of these items and will not use it as a negotiating or evaluating position for any responses to a possible follow on request for proposal (RFP). 4. The contractor shall demonstrate that they can respond to all government repair documentation requirements. Repair of USAF assets requires contractor repair documentation to possibly include asset in processing reports, in work reports, installation of IUID labels, a monthly status report, oversight from DCMA and the USAF Supply Chain Management office. 5. The contractor shall demonstrate that they are registered with the US government System for Award Management (SAM), are a registered Department of Defense contractor, and have a CAGE code and DUNS number assigned. Invoice submission and acceptance is done through the USAF Wide Area Work Flow (WAWF) system. 6. Respondents whose repair capability meets the USAF repair requirements will be noted. Responses will be retained in a file and they will be subsequently provided a copy of the Request for Proposal (RFP) when issued. Responding to this request in no manner guarantees a contract will be awarded to the respondent for the repair of assets listed. 7. USAF documentation for the cameras and camera related equipment is incomplete, however, interested parties may contact Kimberly Covert 415 SCMS at kimberly.covert.1@us.af.mil to obtain the documents available to the USAF for commercial distribution. Please, place "Sources Sought" in the subject line and make the request as soon as possible after the posting date. Include in the request for the supporting technical data, the synopsis number, and a copy of the respondent's DD Form 2345. The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 811219 which has a corresponding Size standard of $20.5 Million. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. To be considered as a potential repair source for this requirement, a Contractor will be required to submit technical data, in response to a solicitation, verifying their capabilities to produce/supply these items. The Contractor will be required to verify to the Government that the items are within Original Equipment Manufacturer (OEM) specifications. Respondents to this request will be retained in a file and subsequently provided a copy of the Request for Proposal (RFP) when issued. Responding to this request in no manner guarantees a contract will be awarded to the respondent for the manufacture/supply of this item. All information received in response to this announcement that is marked Proprietary will be handled accordingly. Responses will not be returned. In accordance with FAR 15.201(e), a response to this notice is not an offer and cannot be accepted by the government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this announcement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8250-17-R-0015/listing.html)
- Record
- SN04657019-W 20170902/170831233544-c02cbe0be2256bdc3baeb15f91855c59 (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 |