SOURCES SOUGHT
J -- APY-1/2 Temperature Control Valve
- Notice Date
- 12/29/2022 10:01:27 AM
- Notice Type
- Sources Sought
- NAICS
- 811
—
- Contracting Office
- FA8539 AFSC PZABA ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA8539-APY1-2TEMPCONTROL
- Response Due
- 1/20/2023 2:00:00 PM
- Point of Contact
- Trevale Reynolds, Samuel Williams
- E-Mail Address
-
willie.reynolds.2@us.af.mil, samuel.williams.1@us.af.mil
(willie.reynolds.2@us.af.mil, samuel.williams.1@us.af.mil)
- Description
- THIS LISTING IS FOR SOURCES SOUGHT INFORMATION ONLY. THIS LISTING DOES NOT CONSTRUE OR GUARANTEE ANY CONTRACTUAL OBLIGATION BETWEEN RESPONDANTS AND THE GOVERNMENT. APY-1/2 Temperature Control Valve Repair (NSN: 4820010574689CW, PN: 8B010-001) CAUTION: This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements to perform depot repair services for the Temperature Control Valve (TCV) for use by United States Air Force (USAF) personnel. The level of security clearance is unclassified and the amount of foreign participation in this requirement has not been determined.� 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. INSTRUCTIONS: Below is a document containing a description of the TCV repair requirement and a Contractor Capability Survey, which allows you to describe your 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.) 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 Trevale Reynolds, email: willie.reynolds.2@us.af.mil. REQUIREMENTS DESCRIPTION APY-1/2 Temperature Control Valve Repair PURPOSE/DESCRIPTION We are conducting market research to identify potential sources that may possess the expertise, capabilities, and experience to perform depot repair services for the TCV used on the E-3 Airborne Warning and Control System (AWACS) radar system. The TCV is a critical avionics mechanical component that controls coolant flow to avionics hardware of the radar system. The TCV is a component of the E-3 APY-1/2 Surveillance Radar System. The APY-1/2 is AWACS exclusive airborne radar developed by Westinghouse, now Northrop Grumman, for determining the location, altitude, course, and speed of large numbers of targets. The Contractor shall be capable of furnishing all required labor, material, facilities, and test equipment to accomplish the repair. The USAF will deliver only existing quantities of legacy hardware for this effort. �The Contractor shall deliver at least two (2) production first article assets that pass all qualification and integration testing in accordance with Northrop Grumman source control drawing 581R911H01. The USAF will use organic facilities and labor for next higher assembly integration and qualification of the two first article production assets. Our acquisition strategy is a twelve-month purchase order with a projected quantity of ten each repairs.� Follow-on efforts may continue through CY 2040 to encourage the Contractor to maintain a long-term sustainable TCV repair capability to support the APY system. The Government requests technical data, parts lists, drawings, training, and equipment needed to initiate organic repair OR a willingness to form a partnership for repairs to manage, maintain, and update the TCV hardware as required. CONTRACTOR CAPABILITY SURVEY APY-1/2 Temperature Control Valve Repair 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:� 811219 ������ 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). Written responses, no facsimiles, or e-mails please, must be received no later than close of business 20 January 2023.� Please mail two (2) copies or email (Word, Excel, or Adobe files only) of your response to: 407 SCMS/GUEA Attn: Trevale Reynolds 235 Byron St Suite 19A Robins AFB GA 31098-1670 Questions relative to this market research should be addressed to Trevale Reynolds, email: willie.reynolds.2@us.af.mil. Part II. Capability Survey Questions General Capability Questions: Describe briefly, the capabilities of your facility and the nature of the goods and/or services you provide.� Include a description of your staff composition and management structure. 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). Describe any successful avionics repair reliability improvements your company has implemented.� Please provide the applications of the system, contract number, and agency that contracted for the acquisition. Describe your capabilities and experience in test and evaluation in relation to the requirement. What is your company�s current maximum repair capacity per month?� Provide information on any facility reserves you may possess to increase repair capacity in the event of an immediate need do to critical operational mission requirements. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. Describe your capabilities and experience in modifying existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment. Describe your capabilities and experience in developing/modifying repair or maintenance procedures. Describe your configuration management processes and how you identify and resolve parts obsolescence, counterfeit components, and diminishing manufacturing sources problems. Describe your process for maintaining inventory records and reporting on hand/in work balances and repair status to your customer. Commerciality Questions: �Are there established catalogs or market prices for our requirement?� If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public?� Is our requirement offered to both under similar terms and conditions?� Briefly describe any differences. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3eb02ec1a7e0491c9b8709e7b95bf27f/view)
- Place of Performance
- Address: Warner Robins, GA 31088, USA
- Zip Code: 31088
- Country: USA
- Record
- SN06553958-F 20221231/221229230112 (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 |