Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2020 SAM #6658
SOURCES SOUGHT

R -- AN/ALR-56 Support

Notice Date
2/19/2020 8:39:54 AM
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8522 AFSC PZABB ROBINS AFB GA 31098 USA
 
ZIP Code
31098
 
Solicitation Number
RFI_FD20602100031
 
Response Due
3/20/2020 1:00:00 PM
 
Archive Date
04/04/2020
 
Point of Contact
Hannah Dent, Phone: 4782226593, Brian Mittelbach, Phone: 4789267083
 
E-Mail Address
hannah.dent.1@us.af.mil, brian.mittelbach@us.af.mil
(hannah.dent.1@us.af.mil, brian.mittelbach@us.af.mil)
 
Description
AN/ALR-56 Support Overview: The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to provide engineering support and deficiency report investigations pertaining to the ALR-56 and it�s variants, C, M, and C/DU. �The applicable North American Industrial Classification System (NAICS) code assigned to this effort is 541330 This questionnaire/survey is for the purpose of obtaining information relative to an upcoming engineering� effort in the Electronic Warfare Supply Chain Management Squadron (408 SCMS/GULB) at Robins AFB, GA.� The Services Contracting Office within the Air Force Sustainment Center will serve as the procuring organization.�� Companies are encouraged to provide responses to this questionnaire but are advised that their participation is voluntary and no reimbursement of any kind will be provided. The original equipment manufacturer for ALR-56 is BAE.� The Government does not own complete data, drawings, schematics, or any other releasable technical data in support of this requirement. As a result, BAE is the only known source with adequate knowledge of the ALR-56 performance requirements and possession of the required technical data and capabilities needed to produce this item and ensure compatibility of the equipment. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the Federal Business Opportunities website. The Government will use this information solely to determine the appropriate acquisition strategy for this procurement. The Government is interested in all small business concerns. This is not a solicitation, but rather a Request for Information (RFI) to determine potential sources for information and planning purposes ONLY. This request does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. There is no solicitation available at this time. Contractor proposals will receive no response. Your response to this RFI will be treated as information only and shall not be used as a proposal. Contractors and/or Institutions responding to this RFI are placed on notice that participation may not ensure participation in future solicitations or contract awards. The Government will neither award a contract solely on the basis of this synopsis nor will it reimburse the contractor for any costs associated with preparing or submitting a response to this notice. All submissions become Government property and will not be returned. The document(s) below contain a description of the ALR-56 Support Requirements 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. Purpose: This effort will require the Contractor to investigate and resolve Deficiency Reports (DR) concerning the ALR-56C. �The objectives for the contractor to accomplish is to perform a DR investigation, submit Report of Findings (ROF) identifying potential fixes/solutions, perform the fix once agreed to by the Government, testing the fix, and packaging the fix for distribution.� The Government shall receive monthly status updates on the work accomplished. Additionally the contractor shall provide telephone support, conduct an acceptable Contractor Safety Program and do not delay Mishap Notification and Reporting when required. �Over the past several years, numerous Deficiency Reports (DRs) have been reported for the ALR-56 systems, and the Government was unable to provide solutions with out BAE�s system expertise.� With the current operations tempo every effort must be made to reduce shop flow time and DR�s that restrict carcass from being available to the war fighter. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the Federal Business Opportunities website. The Government will use this information solely to determine the appropriate acquisition strategy for this procurement. The Government is interested in all small business concerns. Description: The original equipment manufacturer for this item is BAE Corporation (CAGE 81413), which maintains its configuration by part number and software version. The Government does not own any production level technical data in support of this requirement. As a result, BAE is the only known source with adequate knowledge Interested sources may identify their interest and capability to respond to the requirements. Interested sources must maintain facilities and cleared personnel for repairing, handling, storing, and maintaining information and operating systems with security classifications up to and including Secret. 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: ���� Government Proposed North American Industry Classification System (NAICS) Code:541330��������� Based on the Government proposed 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) System for Award Management (SAM)� ������ (Yes / No) � A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Part II. Capability Survey Questions General Capability Questions: � Describe briefly the capabilities of your facility and nature of the goods and/or services you provide.� Include a description of your staff composition and management structure. � 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). Describe your company's capabilities for generating, handling, processing and storing classified material and data. � 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. � What quality assurance processes and test qualification practices does your company employ?� Provide a description of your quality program (ISO 9001, AS9100, etc.). Provide a detailed quality plan implementing AS9100 (or equivalent). � � Engineering Services Questions The ALR-56 is an integral part of a complex Electronic Warfare (EW) system.� Does your company have knowledge and experience in the following: General EW principles ALR-56 and its three variants ALR-56C, ALR-56M, and ALR-56C/DU ALR-56 theory of operation ALR-56 detailed knowledge of its Shop Replaceable Units (SRU), their revisions and interchangeability Line Replaceable Unit (LRU) Deficiency Report (DR) investigations are a requirement for this task.� Does your company have knowledge and experience in the following: RF circuit design and Digital circuit design Reading and interpreting schematics/wiring diagrams Reading/interpreting/updating Test Requirements Documents (TRD) Reading /interpreting/updating Technical Orders (TO) Troubleshooting/fault isolation, both hardware and software Troubleshooting/fault isolation verticality testing issues Minimum of 5 years� experience in troubleshooting/fault isolation of all variants of the ALR-56 LRUs and SRUs Do you anticipate the need for any GFE?� If so, please provide detailed information. Describe any industry certifications that your company presently holds in the area of quality assurance including Capability Maturity Model for Software and/or configuration management. Submissions in response to this RFI 1. Responses must be submitted to MSgt Brian T. Mittelbach, Contracting Officer, AFSC/PZABB at brian.mittelbach@us.af.mil no later than 4:00 PM EST, 20 March 2020.� Late submissions will not be considered.� 2. Files may not exceed 5 MB and must be submitted in Adobe PDF format.� 3. If the response includes proprietary information, mark the information in accordance with regulatory guidance.� 4. Please do not include company brochures or other marketing information. All correspondence related to this RFI must be submitted electronically; phone calls will not be accepted.� Correspondence regarding this RFI may be submitted to MSgt Brian T. Mittelbach, Contracting Officer, AFSC/PZABB at brian.mittelbach@us.af.mil no later than 4:00 PM EST, 20 March 2020. Please ensure data is in a readable electronic format that can be received through a firewall.� Attachments shall not to exceed 10 MB per email.� Multiple emails are acceptable.� Msgt Brian Mittelbach, brian.mittelbach@us.af.mil Hannah Dent, hannah.dent.1@us.af.mil Questions relative to this market research should be addressed to the PCO.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bfaf717e7cce41c3a6e61b8b6475eeac/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN05566034-F 20200221/200219230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.