Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 09, 2017 FBO #5860
SOURCES SOUGHT

J -- Circuit Card Assembly Repair of the Terminal Access Controller - RQR

Notice Date
12/7/2017
 
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
FA8250-18-R-CircuitCardAssembly
 
Archive Date
1/23/2018
 
Point of Contact
Jayson Steed, Phone: 8017779245
 
E-Mail Address
gregory.steed.1@us.af.mil
(gregory.steed.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Repair Qualification Requirements SOURCES SOUGHT USAF MILSTAR System Circuit Card Assembly SOURCES SOUGHT SYNOPSIS: Solicitation Number: Notice Type: FD2020-18-00264 Sources Sought Synopsis: 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. 1.1 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 $20,500,000.00. 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. 2. Program Details: 2.1 The Circuit Card Assembly is an sub-assembly in the Terminal Access Controller (TAC), and the TAC is an assembly of the the AN/ARC-208(V) Milstar system. The operation of the TAC is vital to the operational capabilities of the Milstar system. Failure to repair the Circuit Card will result in compromising the operation capabilities of the Milstar system. The government will consider offers that propose to analyze the defective circuit card, and repair the circuit Card to satisfy all the requirements according to our specifications. This pending contract is to analyze, define, and repair circuit card to support Milstar sustainment in accordance with the performance requirements defined in specification drawings. 2.2 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 perform the root cause analysis, and repair/supply this item. The Contractor will be required to verify to the Government that the repaired items are able to comply with all of the specifications. The government does not own the drawings, device programing source code, or the calibration software required for repair of this asset, therefore the contractor shall be able to obtain or have the technical data required to meet the specifications. The Contractor will be required to demonstrate Nuclear Survivability expertise and experience, and possess the data defining the Hardness Critical Items (HCI) within the TAC. The contractor shall be able to obtain or have automated test equipment available that simulates all the inputs and proper operation of the TAC unit including the software for circuit card time and temperature calibration. The contractor shall be able to obtain any components required for repair, including programed microcircuits. Without this technical data, software, source code, and test equipment required to test, verify and validate proper functionality of the TAC, and the capability to identify HCI components, the government reserves the right to disqualify any source(s) who do not meet this criteria. 2.3 Following is a suggested outline for a response to this RFI. This outline is intended to minimize the effort of the respondent and structure the responses for ease of analysis by the government. Nevertheless, respondents are free to develop their response as they see fit. 2.31 Briefly describe the company, products and services, history, ownership, financial information, and other information deemed relevant. 2.32 Please describe any projects the company has been involved in that are similar in concept to what is described in this RFI. 2.33 A preliminary Rough Order of Magnitude (ROM) estimate for cost and schedule is requested so that the US Government can better prepare for future expenses. Contract award will not be made based on a ROM submitted in response to this RFI. 2.4 Interested parties may submit a repair qualification package to Gregory Steed – gregory.steed.1@us.af.mil. Interested parties are requested to submit the aforementioned summary of capabilities and facilities to: Loc Le 415 SCMS/GUMBB 6012 Fir Lane, Bldg 1239 Hill AFB, UT 84056-5825 801.586.3175 loc.le@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8250-18-R-CircuitCardAssembly/listing.html)
 
Record
SN04759899-W 20171209/171207230950-299a967566413cb8f9cfc6590c9f5f0b (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.