Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2004 FBO #0837
SOLICITATION NOTICE

59 -- Sources sought for production of Receiver-Transmitter Radar Sets, RF Modules; A2 CCAs

Notice Date
3/10/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
MARKET-SURVEY-0223
 
Response Due
3/24/2004
 
Archive Date
5/23/2004
 
Point of Contact
Terry Traino, (732) 532-8867
 
E-Mail Address
US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07
(Theresa.K.Traino@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Kate Harper,(732) 532-9677. Sources Sought for production of Receiver-Transmitter Radar Sets, RF Modules and A2 CCAs that are Form, Fit and Functionally interchangeable with Raytheon’s Part Numbers; and for Complete Organic repair and retrofit o f the RT-1XXX/APX-100(V)and all subassemblies and modules. The solicitation shall be for a firm fixed price 5 year IDIQ contract to produce Receiver-Transmitter Radar Sets (Transponders), RF Modules,A2 Circuit Card Assemblies (CCAs); and for Complete Organ ic repair and retrofit of the AN/APX-100(V) Transponder and all subassemblies and modules. The items being procured are: Nomenclature Raytheon Part Number MIN. QTY MAX. QTY RT-1667A/APX-100(V) Transponder 4036360-0522 5 200 RT-1666A/APX-100(V) Transponder 4036360-0524 5 150 RT-1471A/APX-100(V) Transponder 4079100-0503 5 200 RF Module Assembly 4072655-0502 10 300 RF Module Assembly 4072655-0501 10 150 A2 Circuit Card Assembly 4047434-0501 20 600 The RT-1XXX/APX-100 transponders above are part of the AN/APX-100(V) family of Legacy Transponders that has been manufactured exclusively by Raytheon (formerly) Allied Signal, and therefore, there already exists complete provisioning, logistics and mainten ance support in place. This sole-source solicitation is not meant to be used as a vehicle for the Army to procure an upgraded/updated replacement for the current legacy AN/APX –100 Systems. Replacement of the legacy Transponder Sets is a tri-service o bjective that will be satisfied with the Army acquisition of the new RT-1836( C )/APX-118( C ) Transponder starting Fiscal Year 2004. The above version C RF Modules and A2 CCAs are sub-assemblies of the RT-16XX(V)/APX-100(V) Transponders. There is currently no detailed Technical Data for the RT-1471A/APX-100(V) and RF Module sub-assemblies available from the Army. The government does not possess adequate drawings and other final documentation for the RT-16XX/APX-100(V) Transponders and A2 CCAs.The Transponders shall be warranted to meet the following criteria: Form, fit and functionally interchangeable (down to the module/circuit card assembly), with Raytheon’s Part Numbers. Meet requirements for DOD AIMS 97-1000 (DoD International AIM S Program Performance Standard, para. 4.1), DoD AIMS Program Office “approval is required prior to procuring COTS/NDI to be used as replacement for an interface with existing AIMS systems. CECOM will not want to spend the time and money to AIMS qualif y new Transponder sets or incur any additional cost due to new/additional provisioning, logistics and maintenance support for a different AN/APX-100 configuration. Production Lead Time of 6-9 months is required for Transponders and 6 months for RF Modules . Meet the requirements of MIL-R-81876B The RF Modules and A2 CCAs shall be warranted to be form, fit a functionally interchangeable with Raytheon’s Part Numbers. When the RF modules and A2 CCAs are assembled in the RT-16XX(V)/APX-100(V) Transponders, the Transponders shall meet all the ab ove Transponder criteria. The current commercial source for Transponders, RF Modules and A2CCAs that meet all the above criteria is Raytheon Systems Company. Detailed Technical Data and updated/current drawings are not available from the Army. In addition this market survey is to locate additional commercial sources for Depot Repair Support Services for the AN/APX-100 Transponder System. This will be an effort involving total and complete organic repair down to the piece part level and the contractor will have to overcome problems relating to repair parts obsolescence when problems of this nature arise. This effort shall also include procurement of repair material and retrofitting of RT-12XX/APX-100(V) and RT-15XX/APX-100(V) units into RT-16XX/APX-100(V) u nits to incorporate Modification Work Order (MWO) 11-5895-1037-30-2. These tasks include repair of Weapon Replaceable Assemblie s (WRA), Line Replaceable Units (LRU) and indentured Shop Replaceable Assemblies (SRA). The services and materials to be provided to the government will not reflect total government repair needs, but only the repair and availability needs that, which at an y given point in time, are discovered to be above and beyond that which government depot facility can accomplish in the timeframe necessary, using government depot facilities and/or other levels of repair (AVIM, AVUM, SRA etc.). The following items have be en identified as candidates for repair: RAYTHEON PART NUMBER CECOM PARTNUMBER NOMENCLATURE NATIONAL STOCK NUMBER 4036370-0502 RT-1157A/APX-100(V) 5841-01-093-1491 4036370-0503 RT-1157B/APX-100(V) 5841-01-291-8393 4036360-0507 RT-1296A/APX-100(V) 5841-01-092-5988 4036360-0509 RT-1285A/APX-100(V) 5841-01-092-5989 4036360-0512 RT-1558/APX-100(V) 5841-01-360-3841 4036360-0513 RT-1557/APX-100(V) 5841-01-316-1971 4036360-0515 RT-1285B/APX-100(V) 5841-01-292-1024 4036360-0517 RT-1296B/APX-100(V) 5841-01-293-2987 4036360-0519 RT-1557A/APX-100(V) 5841-01-324-6866 4036360-0520 RT-1558A/APX-100(V) 5841-01-327-0295 4036360-0521 A3154416 RT-1667/APX-100(V) 5841-01-328-0708 4036360-0522 A3154517 RT-1667A/APX-100(V) 5841-01-342-3847 4036360-0523 A3154406 RT-1666/APX-100(V) 5841-01-328-2267 4036360-0524 A3154519 RT-1666A/APX-100(V) 5841-01-342-3848 4042874-0501 POWER SUPPLY (A7) 6130-01-090-1425 4044151-0501 REMOTE INTERFACE CCA (A8) 5895-01-094-5428 4044162-0501 CODER II CCA (A3) 5998-01-090-1476 4044336-0501 BUILT-IN-TEST CCA (A5) 5998-01-090-5500 4044351-0501 CODER I CCA (A4) 5998-01-090-1477 4047011-0501 RF MODULE ASSY (A1) 5998-01-336-0306 4047430-0501 MODE 4 CCA (A6) 5998-01-179-0559 4047434-0501 PROCESSOR CCA (A2) 5998-01-179-0560 4047546-0501 RF MODULE ASSY (A1) 5998-01-179-0553 4047547-0501 RF MODULE ASSY (A1) 5998-01-179-0552 4053100-0501 RT-1471/APX-100 5841-01-215-6409 4079100-0503 RT-1471A/APX-100 5841-01-490-0751 4054444-0501 BUS CONTROL CCA (A8) 5998-01-452-2552 4059369-0501 RF MODULE ASSY (A1) 5998-01-336-0460 4072655-0501 RF MODULE ASSY (A1) 5996-01-471-0735 4072655-0502 RF MODULE ASSY (A1) 5996-01-471-0761 4073428-0501 POWER SUPPLY (A7) 4038849-0503 C-10533 5895-01-063-4021 The current source for complete organic repair and retrofit requirements stated above is the government, and the current commercial source is Raytheon Systems Company. Detailed Technical Data or updated/current drawings are not available from the Army. Pot ential suppliers capable of providing these Transponders, RF Modules, A2 CCAs, complete Organic Repair/retrofit of the AN/APX-100(V) Transponder and all subassemblies and modules must so indicate, by writing to Commander, USA CECOM, ATTN: AMSEL-LC-IEW-C- CM, Building 1201E, Fort Monmouth, NJ 07703-5000. The response must include documentation such as test results and Technical Data, demonstrating compliance with the above. Successful supplier(s) may be required to warrant that the items supplied under th ese services will meet all the above mentioned requirements and will satisfactorily perform when used for the purpose intended. For more information, contact Kate Harper (732) 532-9677. The deadline for response is 24 March 2004. EMAIL ADDRESS: kate.harper@us.army.mil
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAB07/MARKET-SURVEY-0223/listing.html)
 
Place of Performance
Address: US Army Communications-Electronics Command, CECOM Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN00541740-F 20040312/040310231707 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.