SOURCES SOUGHT
49 -- EXPLOSIVE SET CIRCUITRY TEST SET
- Notice Date
- 8/4/2020 8:15:40 AM
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- FA8214 AFNWC PZBB HILL AFB UT 84056-5837 USA
- ZIP Code
- 84056-5837
- Solicitation Number
- FA8214-20-R-ESCT
- Response Due
- 9/4/2020 3:00:00 PM
- Archive Date
- 09/19/2020
- Point of Contact
- Robert Fahrney, Phone: 8015869088, Blake Davis, Phone: 8017755550
- E-Mail Address
-
robert.fahrney.2@us.af.mil, blake.davis.1@us.af.mil
(robert.fahrney.2@us.af.mil, blake.davis.1@us.af.mil)
- Description
- SOURCES SOUGHT SYNOPSIS FOR EXPLOSIVE SET CIRCUITRY TEST SET Minuteman III Intercontinental Ballistic Missile (ICBM) Department of the Air Force, Air Force Materiel Command, AFNWC/NMSP Sources Sought Synopsis Number: Notice Type: Sources Sought NOTICE:� This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only.� PURPOSE:� 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 potential requirement is to replace the Explosive Set Circuitry Test Set (ESCTS) currently used on the Minuteman III Weapon System either through a replenishment spares procurement or a new design. The proposed North American Industry Classification Systems (NAICS) Code is 334515 which has a corresponding Size standard of 750 Employee.� 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. DESCRIPTION: �The ESCTS (NSN: 4935-01-568-3766) is used to test bridge wire resistance of electro-explosive ordnance devices (squibs) and for possible stray currents present in squib drivers prior to connecting to electro-explosive devices.� It is also used for bonding tests, continuity tests, and verifying weapon system signal monitor lines at Launch Facilities (LF).� The ESCTS is used daily for missile maintenance in LFs, Weapon Storage Areas, Electronic-Laboratories, trainers, and test sites.� The current ESCTS is a portable battery powered automatic test set which consists of a microcomputer, ohms test circuitry, amps test circuitry, battery charger, power supply, and control panel with display.� A replacement for the current ESCTS is needed, and the Governments intent is to procure a form/fit/function replacement unless the case can be made for a new design that will cost less and be available faster than a replenishment spares procurement.� The Government anticipates needing approximately 60 test sets.� A top level drawing can be provided to Contractors with appropriate documentation requests (including a current DD 2345). Requests can be sent to robert.fahrney.2@us.af.mil. CAPABILITY:� Please provide feedback and any additional information deemed relevant for the following questions: Provide a capability summary of ability to create a form/fit/function replacement for the ESCTS� Include a general timeline factoring in development time to mitigate obsolescence, qualification, and asset delivery Include a general rough order of magnitude for cost Include any additional risks perceived Include any facilities that would be utilized If a form/fit/function replacement is not feasible or cost/schedule effective, provide rationale to support position.� If a form/fit/function replacement is not feasible, provide a capability summary and identify a solution that is a new design and provide justification on how it will save the Government on schedule and cost Include a general timeline factoring in design and development, qualification, and asset delivery Include a general rough order of magnitude for cost Include any risks perceived Include any facilities that would be utilized RESPONSES: All responsible sources may identify their interest and provide capability statements in response to this notice.� This notice of intent is not a request for competitive proposals.� A determination by the Government not to compete this solicitation based upon responses to this notice is solely within the discretion of the Government. �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c0fdaf7fc1f443648b56f83aeb375efd/view)
- Record
- SN05745253-F 20200806/200804230154 (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 |