Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 20, 2014 FBO #4591
SOLICITATION NOTICE

J -- Repair Long Range Thermal Imagers (LRTI), LRTI Display and Control Units (DCU), and LRTI Joystick Control Units (JCU)

Notice Date
6/18/2014
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8307-14-R-0053
 
Archive Date
7/13/2014
 
Point of Contact
Alfie Ritchey, Phone: (210) 977-5483
 
E-Mail Address
alfie.ritchey@us.af.mil
(alfie.ritchey@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF PROPOSED CONTRACT ACTION (NOPCA). The Air Force Life Cycle Management Center, Cryptologic and Cyber Systems Contracting Branch (AFLCMC/HNCK) hereby gives notice of intent to award a sole source Firm Fixed Price contract as implemented by the Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source. AFLCMC/HNCK intends to award a contract using other than full and open competition procedures for the repair of Long Range Thermal Imager (LRTI), LRTI Display and Control Unit (DCU), and LRTI Joystick Control Unit (JCU) to the Original Equipment Manufacturer (OEM), General Dynamics Global Imaging Technologies (GDGIT) (Former - Axsys Technologies IR Systems, Inc.), 24 Simon St, Nashua, NH 03060-3025. The procurement action is for a contract with a three (3) year Base Ordering Period and two (2) 1-year Option Periods. This proposed acquisition will include the following: • CLINs 0001-0003: 3 Levels of Repair (Base Period-36 Months) • CLINs 0004, 0005, & 0006: Repair JCU, DCU, & Data, respectively (Base Period). • CLINs 1001-1006: 1st 12-Month Option Period • CLINs 2001-2006: 2nd 12-Month Option Period • CLINS 3001-3006: Option to Extend Service 6 Months Level I service includes, but not limited to the following tasks: 1. Minor - minimum repairs (board, motor, gears): a. replacement of thermal lens focus motor b. replacement of thermal lens field of view change motor c. replacement of circuit card assembly d. replacement of visible camera module e. replacement of visible camera window and heater assembly f. replacement of sunshield assembly g. replacement of pan, tilt and yoke support 2. All Level I repairs will include the Basic Block Acceptance for environmentally sealed cameras to include: a. Room temperature burn in b. Nitrogen purge and leak test c. Temperature cycling, -32° to +60°C d. Sensor evaluation over temperature with pixel clean e. Vibration testing f. Noise Equivalent Temperature Difference (NETD) for overall thermal sensitivity Level II service includes, but not limited to the following tasks: 1. Middle - medium repairs (window, pan and tilt, field damage): a. Includes all tasks identified under Level I repair and b. Replacement of thermal lens components c. Replacement of thermal imager window and heater assembly d. replacement of LRTI main cover assembly e. repair of Pan, Tilt and assembly other than Yoke support Level III service includes, but not limited to the following tasks: 1. Major - maximum repairs (Cooler replacement): a. Includes all tasks identified under Level II repair and Cryo cooler refurbishment b. Pan, tilt replacement c. Cooler detector assembly (IDCA) replacement Item Noun Part Number(s) Min/Max Est. (Annual) Qty 0001 Repair LRTI Level 1 22951-600 23164-500 01 to 15 each 0002 Repair LRTI Level II 22951-600 23164-500 06 to 60 each 0003 Repair LRTI Level III 22951-600 23164-500 03 to 25 each 0004 Repair DCU 31211 01 to 11 each 0005 Repair JCU 31230 01 to 20 each 0006 DATA (Not Separately Priced) None As Required Required Delivery is 180 days after award of Contract/Task Order. The Government intends to make an award by September 2014 General Dynamics Global Imaging Technologies (GDGIT), (OEM) is the only known source that meets the Government's requirement as it has proprietary rights for the Manufacture/Repair of the required items. No technical data/drawings/Technical Orders are available. IAW FAR 5.207(c)(16)(ii), All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. If a firm believes it is capable of meeting the Government's requirement, it may identify its interest and capability to the Contract Specialist within ten (10) days of this publication. Those interested firms must indicate whether they are a large, small, small-disadvantaged, 8(a) or women owned business and whether they are U.S. or foreign owned. Point of Contacts: Al Ritchey, Contract Specialist, Phone (210) 977-5483, Email alfie.ritchey@us.af.mil; and Patrick Jackson, Contracting Officer, Phone (210) 925-0743, Email patrick.jackson.1@us.af.mil. This is not a request for competitive proposals and no solicitation is available. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. An AFLCMC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. In addition, AFFARS 5352.201-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The AFLCMC Ombudsman is Mr. Thomas Davenport who can be contacted at: AFLCMC/XZC, 45 Arnold Street, Bldg. 1600, Hanscom AFB, MA 01731-2100, Telephone #: 781-225-1740, E-Mail: thomas.davenport@hanscom.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8307-14-R-0053/listing.html)
 
Place of Performance
Address: 24 Simon Street, Nashua, New Hampshire, 03060-3025, United States
Zip Code: 03060-3025
 
Record
SN03398574-W 20140620/140619021622-6627ce2addc17e89501d0de2f749d3af (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.