Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 16, 2020 SAM #6957
SOURCES SOUGHT

14 -- ICBM WSCC LRU Repair - FD2020-21-R-09999

Notice Date
12/14/2020 2:26:25 PM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
FA8206 AFSC PZAAA2 HILL AFB UT 84056-5825 USA
 
ZIP Code
84056-5825
 
Solicitation Number
FD2020-21-R-09999
 
Response Due
1/15/2021 4:00:00 PM
 
Archive Date
01/30/2021
 
Point of Contact
Ben J Davies, Phone: 8017776502
 
E-Mail Address
ben.davies@us.af.mil
(ben.davies@us.af.mil)
 
Description
SOURCES SOUGHT NOTICE I. � � � � �Description of Intent: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for� information and planning purposes only. 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 proposed North American Industry Classification Systems (NAICS) Code is� 811219 which has a corresponding Size standard of $20.5 in millions of dollars. 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. II. � � � �General Information: The Air Force will issue a new follow-on repair services contract to repair and test multiple� components within the Weapon System Control Console (WSCC) to include the Weapon System Processor� (WSP) and assemblies, Voice Control Panel (VCP), Auxiliary Alarm Panel (AAP) and a number of other� Line Replaceable Units (LRU), Circuit Card Assemblies (CCAs) and other related items contained� within the Launch Control Center (LCC) for the Intercontinental Ballistic Missile (ICBM) Weapon� System, used by the United States Air Force. Estimated components potentially requiring repair: Line � � � � � � Item � � � � � � � � � � � � � � � � � � � � � � � � NSN 0001 � � � � � �AAP � � � � � � � � � � � � � � � � � � � � � 1430-01-359-5585 0002 � � � � � �(VCP) � � � � � � � � � � � � � � � � � � � � 5820-01-406-4219 0003 � � � � � �CCA � � � � � � � � � � � � � � � � � � � � � 5998-01-407-4301 0004 � � � � � �CCA � � � � � � � � � � � � � � � � � � � � � 5998-01-357-0595 0005 � � � � � �CCA � � � � � � � � � � � � � � � � � � � � � 5998-01-428-7824 0006 � � � � � �WSP � � � � � � � � � � � � � � � � � � � � � 7021-01-528-9321 0007 � � � � � �CMPG-A � � � � � � � � � � � � � � � � � �5998-01-433-0904 0008 � � � � � �CMPG-B � � � � � � � � � � � � � � � � � �5998-01-433-0903 0009 � � � � � �Bulk Storage � � � � � � � � � � � � � � � 1430-01-370-3910 0010 � � � � � �Launch Enable Panel CCA � � � � 5998-01-357-8328 0011 � � � � � �Launch Control Panel � � � � � � � � 5998-01-357-2001 0012 � � � � � �Black Discrete CCA � � � � � � � � � 5998-01-357-2000 0013 � � � � � �RMB32 � � � � � � � � � � � � � � � � � � � 5998-01-363-3645 0014 � � � � � �SCSI Controller � � � � � � � � � � � � �5998-01-362-7390 0015 � � � � � �Bulk Storage Loader � � � � � � � � � 7025-01-382-7930 0016 � � � � � �CCA � � � � � � � � � � � � � � � � � � � � � �5998-01-428-7822 0017 � � � � � �CCA � � � � � � � � � � � � � � � � � � � � � �5998-01-363-5968 0018 � � � � � �CCA � � � � � � � � � � � � � � � � � � � � � �5998-01-357-0596 The Air Force is issuing this sources sought synopsis as a means of conducting market research to� identify parties having an interest in and the resources to support this requirement. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute� a request for proposals; submission of any information in response to this market survey is purely� voluntary; the government assumes no financial responsibility for any costs incurred. III. � � � Limitations: The items listed for repair have been screened with a Repair Method Code (RMC)/Repair Method Suffix� Code (RMSC) code of R3/R. The government does not have sufficient data rights to provide drawings� or technical engineering data pertaining to the repairable assets. The government also does not� possess rights to the test procedures, repair processes and test equipment required to certify the� repair. �No data other than the product specification can be provided to interested vendors. Interested companies should seek qualification from the Original Equipment Manufacturer (OEM),� Lockheed Martin (CAGE 3VQD6), for authorization and certification to perform repairs. �If OEM� authorization is not received, the company seeking Government source approval will need to clearly� identify how the company will overcome the lack of Government data rights and test equipment in� order to potentially allow Government qualification independent of the OEM authorization and� certification. IV. � � � Submission Instructions: Both large and small businesses are encouraged to participate in this Market Research. If, after reviewing these documents, you desire to participate in the market research and your� organization has the potential capacity to perform these contract requirements, please provide the� following information below in the contractor capability survey as well as tailored capability� statements addressing the particulars of this effort, with appropriate documentation supporting� claims of organizational and staff capability. If significant subcontracting or teaming is� anticipated in order to deliver technical capability, organizations should address the� administrative and management structure of such arrangements. CONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution � 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: 811219. Size Standard $20.5 in millions of dollars. 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). Interested parties who consider themselves qualified are invited to submit a response to this� Sources Sought Notice. Responses must be received or postmarked no later than close of business 15 January 2020. Questions� relative to this market survey should be addressed to Ben Davies, (801) 777-6502. Please email� ben.davies@us.af.mil or mail your response to: AFSC OL: H/PZAC Attn: Ben Davies 6050 Gum Lane Bldg. 1215 Hill AFB, UT 84056-5805 �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cb0ebe07667542068487521548b2cccb/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05873676-F 20201216/201214230143 (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.