Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 04, 2021 SAM #7308
SOURCES SOUGHT

16 -- F-5N/F STABILITY AUGMENTER SYSTEM TEST SET

Notice Date
12/2/2021 8:21:36 AM
 
Notice Type
Sources Sought
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
 
ZIP Code
20670-1545
 
Solicitation Number
N00421226F5SAS
 
Response Due
1/4/2022 8:00:00 AM
 
Archive Date
01/19/2022
 
Point of Contact
Kristin Nelson, Catrina Vitez
 
E-Mail Address
kristin.a.nelson13.civ@us.navy.mil, catrina.vitez@navy.mil
(kristin.a.nelson13.civ@us.navy.mil, catrina.vitez@navy.mil)
 
Description
Background The US Navy/Marine Corps F-5 aircraft fleet currently utilizes the Stability Augmenter System (SAS) Test Set, part number (P/N) 14-76022-1, national item identification number (NIIN) 00-150-7207, a portable self-contained unit designed to test the F-5 SAS.� The SAS Test Set currently in use has not received a redesign since its first procurement in 1972 and, as such, has become unsustainable due to increased failure rates.� It uses analog subcomponents and vacuum tube technology no longer procurable and difficult to consistently repair. The purpose of this Sources Sought is to query industry and identify what options exist for the form, fit, function replacement of the SAS test set. ��Ideal candidates for these upgrades would be a commercial off-the-shelf (COTS) test set or an updated configuration already designed and qualified for F-5 or other United States (US) military aircraft with demonstrated capabilities consistent with legacy SAS Test Set inputs/outputs suitable to minimize Non-Recurring Engineering (NRE) development time and cost.� Requirement Statement The Contractor shall provide a Rough Order of Magnitude (ROM) and notional schedule for the following: Development and production of a replacement test set for the F-5 SAS test set. NRE shall include any required adaptation of a COTS solution, including development of qualification data, other technical data (e.g. technical drawings/models, test reports, calibration requirements, etc.), and procedures for use as applicable.� The proposed solution shall be comparable with the existing F-5 SAS.� For replacement systems, the Contractor�s ROM shall include on-site support for validation and verification of operational procedures as required.� Schedule information for replacement efforts shall define test set lead time after Receipt of Order (ARO) and production/retrofit throughput. Anticipated Period of Performance (PoP) The anticipated�PoP�is twelve (12) to eighteen (18) months from the date of receipt of award to include Government test requirements.� Estimated Quantities Six (6) SAS Test Sets, although tiered pricing for up to fifteen (15) test sets is requested. Legacy SAS Test Set The test set is a portable self-contained weather-tight unit that provides a calibrated signal for adjusting gains and performing checks of the SAS and its components.� The set is designed to monitor system circuits to assure proper operation of the SAS and enable fault isolation of replaceable components.� SAS components include the stability augmentation components assembly (SACA), transducers, two (2) electrohydraulic servo actuators, pilot�s control assembly, two (2) �hydraulic shutoff valves, and associated wiring. The test set provides a suppressed carrier signal as input to the SAS; voltage outputs from appropriate components are fed back to the test set and monitored on a meter.� The test set requires 115�3 Volts Alternating Current (VAC), single phase, and a frequency of 400�20 hertz.� Statement of Interest and Capabilities Package Your response to this Sources Sought must be electronically submitted in either Microsoft Word or Portable Document Format (PDF) via email to Kristin Nelson; kristin.a.nelson13.civ@us.navy.mil. The deadline for capability statement submission is 04 January 2022 11:00am� EST. It is requested that interested, capable, and qualified companies submit a capability statement (no more than 10 pages in length, single spaced, and 12-point font minimum). The statement must address, at a minimum, the stated requirements as described above. 1. Briefly identify your company�s experience in performing work of similar size and scope. 2. If your company intends to team with a qualified subcontractor, please provide an explanation of your company�s ability to perform at least 50% of the tasking described. Please note that under a Small-Business Set-Aside, in accordance with FAR 52.219-14 Class deviation 2021-O0008 Revision 2, the Offeror/Contractor agrees in performance of the Delivery Order in the case of a contract for Services (except construction), it will not pay more than 50 percent of the amount paid by the Government for contract performance to subcontractors that are not similarly situated entities. 3. What specific technical skills does your company possess which ensures capability to perform the tasks? 4. Respondents to this notice must also indicate whether they are a large business or qualify as a Small Business concern, Veteran-owned Small Business, Economically Disadvantaged Woman Owned Small Business (EDWOSB), Women-Owned Small Business (WOSB), 8(a), Historically Underutilized Business Zone (HUBZone) small business concern or Service-Disabled Veteran-Owned Small Business Concern. 5. Provide a ROM and notional schedule for development and production of a replacement test set for the F-5 SAS test set. ***************************************************************************** All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be protected from any release outside the Government. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought. DISCLAIMER THIS SOURCES SOUGHT IS A MARKET RESEARCH TOOL BEING USED TO DETERMINE POTENTIAL AND ELIGIBLE BUSINESSES CAPABLE OF PROVIDING THE SERVICES DESCRIBED HEREIN PRIOR TO DETERMINING THE METHOD OF ACQUISITION. All information released in this announcement is considered a DRAFT and for informational purposes only. This announcement is not a contract, request for proposal, a promise to contract, or a commitment of any kind on the part of the Government. Respondent costs in response to this synopsis are not an allowable direct charge to the Government; therefore, NAVAIR will not be responsible for any costs incurred for preparation of responses to this sources sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7c335b0453ca49529f294fcd3f16a5db/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06190260-F 20211204/211202230115 (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.