Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 07, 2020 SAM #6887
SOURCES SOUGHT

B -- B-2 Data Entry Keyboard 5895015277727 160749-08-01

Notice Date
10/5/2020 9:28:15 AM
 
Notice Type
Sources Sought
 
Contracting Office
FA8122 AFSC PZAAB TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
B-2_Data_Entry_Keyboard_5895015277727_160749-08-01
 
Response Due
10/5/2022 12:00:00 AM
 
Archive Date
10/20/2022
 
Point of Contact
Ann Le, Phone: 405-739-7336
 
E-Mail Address
anh-thu.le@us.af.mil
(anh-thu.le@us.af.mil)
 
Description
Caution:� This market survey is being conducted to identify potential sources that may possess the specialized expertise, capabilities, and experience to meet the requirements to provide obsolescence resolution support for B-2 avionics systems.� This effort requires a minimum of a SECRET/SAP level of security clearance.� 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. The Air Force is in search of prospective vendors for an engineering services effort regarding the B-2 Data Entry Panel (DEP). The DEP is a control/display device with a 10 line by 24 character stroke display and keyboard that features a full set of alpha/numeric keys, function keys, and line select keys. The imbedded microprocessor is a MIL-STD-1750. The primary interface to external systems is a MIL-STD-1553B notice 2 communications bus. The unit is designed for a military avionics and nuclear environment. The DEP contains the following subcomponents/Shop Replaceable Units (SRU): Stroke Deflection Circuit Card Assembly (CCA), A1; Video and Protection CCA, A2; Character Generator CCA, A3; Memory/Central Processing Unit (CPU) CCA, A4; 1553 Interface CCA, A5; Switch Panel, Lighted, DS1; Cathode Ray Tube (CRT) Assembly, A6; CRT Harmonization CCA, A6A1; Power Supply (PS) Assembly, PS1; Input Control CCA, PS1A1; Power/Output CCA, PS1A2; Backplane Assembly, TB1; and Chassis Assembly. The DEP is no longer in production and due to obsolescence issues, the capability to repair Line Repairable Units (LRU) are declining. Subcomponents are obsolete and declining in spares, preventing purchase and replacement of throwaway parts. The purpose of this effort will be to resolve obsolescence and develop a sustainable solution for procurement. Potential vendors must be capable of performing the following tasks and meet the following requirements: Evaluation of BOM, all production/test equipment, and documentation per the Baseline Configuration Report for obsolescence and availability. Identify parts and materials that are presently obsolete and/or that are projected to be obsolete within six years. Based on the list of current and projected piece part obsolescence, the contractor shall identify and evaluate proposed alternatives for long term sustainment. LRU form, fit, and function shall be maintained. Meet all current B-2 DEP P-Spec requirements. Address testing requirements for implementation of the proposed solution(s) into the LRU and the B-2 aircraft. Testing requirements may include, but are not limited to, bench test, component test, LRU-level test, subsystem-level test, system-level test, and environmental tests. The obsolescence solutions shall include, but are not limited to, obsolete support for test equipment, obsolete manufacturing methodologies, obsolete raw materials, obsolete manufacturers or vendors, obsolete government and industry standards and specifications, insufficient or missing technical data, and new laws and regulations. Determine what parts require further testing to assure feasibility of the proposed solutions. Develop and deliver an updated TDP. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. Prior to release of technical data to prospective vendors, these vendors must first submit their capabilities and past performance to: Define, plan, and perform nuclear effects testing of aircraft avionics components: Dose rate Total dose Neutron fluence Electromagnetic pulse Perform B-2 software integration testing Perform RDGT and other B-2 environmental testing (vibration, shock, and thermal) Support Electromagnetic Integration Compatibility (EMIC) Safety of Flight (SOF) testing Maintain an AS9110 (or equivalent) quality system Employ only individuals who can pass a Defense Investigative Service background check required for a SECRET clearance and maintain such clearance. Maintains a corporate cost accounting system that meets the requirements of DCMA and/or DCAA. Must not be owned (directly or indirectly) by a foreign company(ies) or individual(s) for the duration of any potential Government contract. As a small or large business, do you believe conditions exist for a small business set-aside in accordance with FAR 19.502-3(a) for any portion of the requirement described above?� If yes, please indicate which portion of the requirement and the most appropriate NAICS code for each portion.� Of the portion of work you identified as having the potential to be small business set-aside, are you most interested in performing as a prime contractor or subcontractor for the requirement described above?� Please indicate whether you would qualify as a small or large business under the NAICS code you believe is most appropriate. If you are a small business, of the portion of work you identified as having the potential to be partially set-aside, are you capable of performing at least 50% of the work, in order to comply with FAR Clause 52.219-14, specifically 52.219-14(c)(1), �At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.� If you are a small business interested in performing a portion of the requirement as a set- aside, provide a brief summary of your company�s experience and past performance within the past three years as a prime contractor as it relates to the magnitude of this anticipated requirement and/or the portion of the work you identified as having the potential to be partially set-aside. If a large business, relative to NAICS Code 541330, submit the reasonable expectation of subcontracting opportunities for small business concern(s) to provide materials, parts and/or services in support of your capabilities to meet the requirements of this effort.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a679682a1c314150a33d24037ebb9a8d/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN05819117-F 20201007/201005230142 (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.