Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2017 FBO #5873
SOURCES SOUGHT

58 -- Solid State Recording Repair - Sources Sought

Notice Date
12/20/2017
 
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, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8539-18-SSCVR
 
Archive Date
2/3/2018
 
Point of Contact
Webster Stubbs, Phone: 478222-4413, Dong Pham, Phone: 478-926-9814
 
E-Mail Address
webster.stubbs@us.af.mil, dong.pham.1@us.af.mil
(webster.stubbs@us.af.mil, dong.pham.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought in PDF form Solid State Cockpit Voice Recording (SSCVR) and Solid State Flight Data Recorder (SSFDR) and Amplifier Control Unit (ACU) Repair NSN & P/N: 5835-01-477-0137; 2100-1020-93 SSCVR 6610-01-471-8090; 2100-4042-00 SSFDR 6610-01-501-1161; 2100-4042-53 SSFDR 5895-01-524-2752; 93-A152-16B ACU CAUTION: This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for repair of the Solid State Recording in order to support user requirements. The level of security clearance and amount of foreign participation in this requirement has not been determined. 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 the repair Solid State Recording 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.) 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 Dong Pham, (478) 926-9814.  REQUIREMENTS DESCRIPTION Solid State Recording Repair PURPOSE/DESCRIPTION We are conducting market research to identify potential sources that may possess the expertise, capabilities, and experience to perform a repair of the Solid State Recording in order to support user requirements. The Solid State Recording consists of the following. The Solid-State Cockpit Voice Recorder (SSCVR) delivers reliability, is lightweight and has low power consumption. The SSCVR records up to 2 hours of high-quality recording on all four channels. The Solid-State Flight Data Recorder (SSFDR) records 64/128/256/512/1024 words-per-second of flight data for a minimum of 25 hours. The Amplifier Control Unit (ACU) provides pre-amplification of microphone input an utilizes either its own built in microphone or external area microphone to record conversation on the flight deck for storage in the cockpit voice recorder. The Contractor shall be capable of furnishing all required labor, material, facilities and equipment to return the end item to a serviceable condition. Tasks will include program planning, laboratory testing, support equipment, and life cycle planning. The contractor will accomplish repair of the Solid State Recording, observing accepted quality standards and relevant technical standards. The contractor shall prepare response to PQDR reports and provide corrective actions as needed to ensure delivery of defect free repaired items. The contractor shall return repaired assets in order to support the Mission Requirement of the C-5, C-17, and C-130 aircraft. The approximate Digital Recorders demand is detailed below: NSN: 5835-01-477-0137 Basic Period BEQ: 27 Ordering Period One BEQ: 27 Ordering Period Two BEQ: 27 Ordering Period Three BEQ: 27 Ordering Period Four BEQ: 27 NSN: 6610-01-471-8090 Basic Period BEQ: 1 Ordering Period One BEQ: 1 Ordering Period Two BEQ: 3 Ordering Period Three BEQ: 8 Ordering Period Four BEQ: 8 NSN: 6610-01-501-1161 Basic Period BEQ: 11 Ordering Period One BEQ: 11 Ordering Period Two BEQ: 11 Ordering Period Three BEQ: 11 Ordering Period Four BEQ: 11 NSN: 5895-01-524-2752 Basic Period BEQ: 2 Ordering Period One BEQ: 2 Ordering Period Two BEQ: 2 Ordering Period Three BEQ: 2 Ordering Period Four BEQ: 2 CONTRACTOR CAPABILITY SURVEY Solid State Recording 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: 334511 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) • HUB Zone 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 close of business (30 January 2018). Please mail two (2) copies of your response to: 407 SCMS/ GUEA Attn: Dong Pham 235 Byron St Suite 19A Robins AFB GA 31098-1670 Questions relative to this market research should be addressed to Dong Pham, (478) 926-9814.   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 9001:2008, AS5553, 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. 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. 6. Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement? 7. 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-Hardware Production Questions: 1. Describe your capability and experiences in the manufacturing/fabrication of components. C-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. 5. Describe your company's past experience on repairing SSCVR to include: a. Number repaired/overhauled since January 2011. b. Past and current Government agencies that acquired repair/overhaul for SSCVR c. The number Product Quality Deficiency Reports since January 2011. 6. Include acceptance test procedures, licensing agreements, and specifications required to satisfy the requirement to repair SSCVR. Commerciality Questions: Are there established catalogs or market prices for our requirement? 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? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8539-18-SSCVR/listing.html)
 
Record
SN04772144-W 20171222/171220231027-df01c19ed25164399b05cb557725d881 (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.