Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2014 FBO #4513
SOURCES SOUGHT

16 -- DUAL MODE TRANSMITTER (DMT) Repair

Notice Date
4/1/2014
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
 
ZIP Code
84056
 
Solicitation Number
FA8251-14-DMT
 
Archive Date
5/16/2015
 
Point of Contact
Steven J. Griffiths, Phone: 7776402
 
E-Mail Address
steven.griffiths@hill.af.mil
(steven.griffiths@hill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS FOR DUAL MODE TRANSMITTER (DMT) Repair US Air Force (USAF) F-16 Aircraft Department of the Air Force, Air Force Materiel Command Sources Sought Synopsis Number: FA8251-14-DMT Notice Type: Sources Sought 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis (SSS) to determine potential sources for information and planning purposes only. 1.1. The purpose of this SSS 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 $19M. 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. 1.2. The following information is provided to assist the Air Force in conducting Market Research of Industry to identify potential contractors who have the skills, experience and knowledge required to successfully complete this task for Hill AFB, Utah. Rough Order of Magnitude (ROM) cost estimates are also solicited as an aid in the budgeting process. This is not a Request for Proposal or Invitation for Bid. 2. SCOPE: 2.1. The Air Force, F-16 Support Division, Radar Section is issuing this repair sources sought announcement as part of a market research survey to determine if additional sources exist that could become qualified for repair of the F-16 DMT, NSN 1270-01-238-3662, P/N 758R990G01, and its components. 2.2. Description: F-16 C/D, APG-68 Fire Control Radar System Duel Mode Transmitter (DMT), operations and high power radar output signals are controlled by the Programmable Signal Processor (PSP) Replaceable Units (LRU). The DMT uses a driver Traveling Wave Tube (TWT) Shop Replaceable Unit (SRU) to develop low level or high level peak power radar transmit signals. Low and high power levels, separated by 10 decibels, are developed by the DMT TWT, which operates at various pulse width and pulse repetition rate combinations. This allows a wide range of average power for each mode of operation that transmits RF energy from the Radar system into the target area and receives RF energy from the target area for Radar system processing. The amplified RF energy is applied to the antenna LRU for transmission. 2.3. Requirement: This is for an estimated 144 repairs per year for 5 years. 2.4. The government owns all drawings for the DMT. The government does not possess any special test equipment available for repair of the DMT. Therefore, the respondent would need to be able to demonstrate the ability to obtain or create those resources necessary to perform troubleshooting, repair and testing of the DMT in a timely fashion. 2.5. Interested organizations who feel they possess the necessary capabilities should respond by providing the Government the following information: a point of contact, cage code, and/or tax ID number, as well as size category (large, small, small disadvantaged, etc), a brief summary of the company's capabilities, description of facilities, personnel, related manufacturing experience, and a description of the company's Quality Program. 2.6. Provide any supporting information such as commercial literature, catalogues, manuals, etc. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must meet the criteria specified herein as well. 3. NAME OF KNOWN SOURCE(s): Northrup Grumman and Elbit Systems of America 4. DISCLAIMER: 4.1. This SSS is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This SSS does not commit the Government to contract for any service whatsoever. Furthermore, we are not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this SSS. All costs associated with responding to this SSS will be solely at the responding party's expense. 4.2. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. 4.3. The information received will be utilized by the Air Force in developing its acquisition strategy, Statement of Objectives, Statement of Work, Purchase Description and Specification. Any proprietary information that is submitted may be used as a general concept but specific information will be safeguarded as proprietary if marked and clearly identified in accordance with the applicable Government regulations. The Government requests that non-proprietary information be submitted in response to this Sources Sought. However, should proprietary information be submitted, it should be marked "PROPRIETARY" and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All proprietary information and trade secrets should be clearly identified. 4.4. The information in this notice is based on current information available to date. This information is subject to change and is not binding to the Government. Updated information will be provided in future announcements, if applicable and posted electronically on the Federal Business Opportunities website, www.fbo.gov. Responses to this SSS may or may not be returned. Not responding to this Sources Sought does not preclude participation in any future solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8251-14-DMT/listing.html)
 
Record
SN03325993-W 20140403/140401235048-a7ba7730b2171fa97634c4be74deccba (fbodaily.com)
 
Source
FedBizOpps 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.