Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2020 SAM #6672
SOURCES SOUGHT

H -- Guided Missile-Launcher Test Set (GM-LTS) Controller

Notice Date
3/4/2020 11:49:25 AM
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
FA8520 ALFCMC EBRK ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8520-20-GMLTSController
 
Response Due
4/3/2020 1:00:00 PM
 
Archive Date
04/18/2020
 
Point of Contact
Shirley Breeze, Phone: 4784683425, Jerry Brown, Phone: 4783273042
 
E-Mail Address
shirley.breeze@us.af.mil, jerry.brown.14@us.af.mil
(shirley.breeze@us.af.mil, jerry.brown.14@us.af.mil)
 
Description
� Request For Information (RFI) For Guided Missile-Launcher Test Set (GM-LTS) Controller � 10 February 2020 � GM-LTS Controller CAUTION: � The Government is conducting market research to identify potential sources that possess the manufacturing data, expertise, capabilities, and experience to meet qualification requirements to manufacture the GM-LTS Controller. The level of security clearance and amount of foreign participation in this requirement has not been determined. Contractor shall furnish all material, support equipment, tools, test equipment, and services.� The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor�s facility. Contractors/Institutions responding to this market research are placed on notice that participation in this survey does 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. Procedures in FAR Part 15 will be used concerning this RFI. � INSTRUCTIONS: The document(s) below along with the spec (200819219 Rev C) contain a description of the GM-LTS Controller 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. Questions relative to this market survey should be addressed to the Point of Contacts listed. Please fill out both Part I and II. � GM-LTS Controller � PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to manufacture the GM-LTS Controller listed below: NOUN TECHNICAL SPECIFICATIONS Guided Missile-Launcher Test Set (GM-LTS) Controller� 200819219 Rev C This requirement is for a one-time purchase to meet the Windows-10 and Cyber Security mandate of the Department of Defense. Our acquisition strategy is a one-time buy with the projected quantity being 83 units. � The Government�s needs for acquisition are required in order to support the mission of the High Speed Anti-Radiation Missile (HARM) Weapon System. The GM-LTS Controller is the user interface of the GM-LTS and is a piece of support equipment for HARM AGM-88 Weapon System capable of performing field-level testing of the HARM All-Up-Round (AUR). Additionally, the GM-LTS hardware is capable of programming/verifying the HARM AUR and the Aircraft Launcher Interface Computer CP-1898A/A (ALIC) Electrically Erasable Programmable Read Only Memory (EEPROM). This item is strictly for military application. CONTRACTOR CAPABILITY SURVEY GM-LTS Controller 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: 334111 ������ 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). Email responses must be received no later than close of business on 3 April 2020. Please email your response to: Shirley Breeze ��� ��shirley.breeze@us.af.mil and Jerry Brown Jerry.brown.14@us.af.mil � � NOTE: Ensure data is in a readable electronic format.� Ensure electronic data can be received through a firewall. �Please ensure that your email is received. Questions relative to this market research should be addressed to both of the following POC�s: Jerry Brown Contract Officer Armament and Missiles (AFLCMC/EBWK) 235 Byron St, Suite 19A Robins AFB, GA 31098-1670 Comm: 478-327-3042 DSN: 497-3042 jerry.brown.14@us.af.mil Shirley Breeze Contract Specialist Armament and Missiles (AFLCMC/EBWK) 235 Byron St, Suite 19A Robins AFB, GA 31098-1670 Comm: 478-926-3425 DSN: 468-3425 shirley.breeze@us.af.mil Part II. Capability Survey Questions � General Capability Questions: � 1. 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. � 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 is your company�s current maximum capacity per month for this particular type of requirement?� Provide information on any facility reserves you may possess to increase capacity in the event of an immediate need do to critical operational mission requirements. � 4. What quality assurance processes and test qualification practices does your company employ?� Provide a description of your quality program (ISO 9001, AS9100, etc.). ���� a) Provide a detailed quality plan implementing AS9100 (or equivalent). � � 5. Describe your company�s experience in manufacturing test set controllers. � 6. Describe your company�s experience working with and integrating MIL-STD-1553B into controllers. 7. Describe your company�s experience working with and integrating military connector part number MS38999/26WD35PA or equivalent with controllers. � 8. Describe your company�s capabilities and experience in designing/manufacturing custom power supplies circuits with contingencies to that provide uninterrupted power indefinitely. � Manufacturing Questions Describe your capabilities and experience in manufacturing with regard to the requirements of this effort. ��� 2. Describe your capabilities and experience in developing/modifying manufacturing procedures.� Include�� associated upgrade of technical orders and preparation of new technical orders. � ��� 3. Demonstrate your ability and experience in the manufacture of the same or similar components, which are currently utilized in the commercial or military environment by providing the following information on the same or similar items: a) Contract Number b) Procuring Agency c) Contract Value d) Number of assets shipped � 4. Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the manufacture and functional check of these or similar assets for Government Engineer review. � 5. Describe your capabilities and experience in test, evaluation, and repair processes/procedures with regard to manufacturing items. � 6. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? � 7. Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. � 8. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer. � 9. 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. ���� i) State the type of test procedures are anticipated for this effort. ���� ii) State the type of inspection processes anticipated for this effort. NDI/T. Destructive testing/inspection. � 10. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. � 11. If the item cannot be manufactured in total, state what your organization can produce. � 12. State any technology insertion ideas for the item that would be suitable for this effort. � 13. Discuss any reverse engineering or item replacement opportunities that may be present.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/aaf277c5602e4552b139515d7a0601fe/view)
 
Place of Performance
Address: Warner Robins, GA, USA
Country: USA
 
Record
SN05579874-F 20200306/200304230146 (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.