SOLICITATION NOTICE
J -- MILSTAR TCCO REPAIR
- Notice Date
- 8/13/2015
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Material Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8250-15-R-01562
- Archive Date
- 8/31/2015
- Point of Contact
- Troye L. Davis, Phone: 8015868476, Rebecca J. Jex, Phone: 8015863420
- E-Mail Address
-
troye.davis@hill.af.mil, rebecca.jex@us.af.mil
(troye.davis@hill.af.mil, rebecca.jex@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Number: FA8252-15-R-01562 Description: MILSTAR TCCO REPAIR The 748 Supply Chain Management Group (SCMG) intends to issue a solicitation for the service and repair of items in the MILSTAR Program. This notice does not constitute a request for proposal nor does it restrict the Government as to the ultimate acquisition approach or should it be construed as a commitment by the Government. The Government will not reimburse any costs for providing any information, documentation, and/or data submitted or preparation costs for submittals in response to this solicitation. In addition, the Government will not pay for any costs associated with participation in demonstrations. Initial responses are due to this solicitation by 18 September 2015. This contract is to: A. TEST, TEARDOWN, AND EVALUATION/ MINIMUM REPAIR: The contractor shall perform visual, mechanical and electrical testing of the end item, reusable or replacement component parts, and materials according to the schedule in the contract to determine the condition of the end item. Upon completion of this task, all of the components of the end item requiring repair or replacement will be identified by part number, NSN (if applicable), nomenclature, and location in the assembly. If no further repair is required, the asset must be returned in serviceable like new condition. B. REPAIR: The contractor shall perform the repair or replacement of all failed parts and components. Any component identified in the technical data as HCI that requires replacement to complete the repair must be evaluated for nuclear survivability; the results of this evaluation must be submitted to the engineering support activity for approval. Each end item must be cleaned, configured, refinished, and tested to meet the original specifications of the end item. The end item shall be returned to serviceable condition. C. REFURBISH SPECIAL TEST EQUIPMENT: The contractor shall perform Refurbishment of selected Special Test Equipment (STE) used to test, repair, and calibrate the Temperature Compensated Clock Oscillator (TCCO). This effort will replace obsolete components, and upgrade the MILSTAR TCCO Temperature Compensation Station test set, 752-8315-001 to the same configuration as the TCCO test set used by Rockwell Collins Coralville TCCO production facility. To be considered as a potential repair source for this requirement, a Contractor will be required to submit technical data, in response to a solicitation, verifying their capabilities to perform the root cause analysis, and repair/supply this item. The Contractor will be required to verify to the Government that the repaired items are able to comply with all of the specifications. The government does not own the drawings, device programing source code, or the calibration software required for repair of this asset, therefore the contractor shall be able to obtain or have the technical data required to meet the specifications. The Contractor will be required to demonstrate Nuclear Survivability expertise and experience, and possess the data defining the Hardness Critical Items (HCI) within the TSM. The contractor shall be able to obtain or have automated test equipment available that simulates all the inputs and proper operation of the TSM unit including the software for TCCO time and temperature calibration. The contractor shall be able to obtain any components required for repair, including programed microcircuits. Without this technical data, software, source code, and test equipment required to test, verify and validate proper functionality of the TSM, and the capability to identify HCI components, the government reserves the right to disqualify any source(s) who do not meet this criteria. The solicitation number for this acquisition is FA8250-15-R-01562 and is issued as a Request for Proposal (RFP). This solicitation is to be awarded Sole Source Firm Fixed Price contract to Rockwell Collins, 400 Collins RD Cedar Rapids, IA 52498, CAGE Code 81755. The North American Industry Classification System is 811219. The Statutory Authority permitting other than full and open competition is: 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1-Only One or Limited Responsible Sources and No Other Supplies or Services Will Satisfy Agency Requirements. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. The above authority was selected because Rockwell Collins is the only known source with technical data and manufacturing experience for the repair and service of the STE/TCCO. The period of performance is estimated to be eighteen (18) months from contract award. The estimated award date is 24 September 2015 with performance and delivery through 28 February 2016. The total contract period will not exceed two (2) years. To be eligible for contract award, offerors must be registered in the DoD Central Contractor Registration (CCR) prior to solicitation closing date. Register via the CCR website at http://www.ccr.gov. Contractors must also submit their representations and certifications at the online Representations and Certifications Applications (ORCA) website at https://orca.bpn.gov. The solicitation will be issued on or about 27 August 2015, and will be available to view and download on the Federal Business Opportunities (FBO) website: http://www.fbo/gov/. PAPER COPIES OF THIS SOLICITATION WILL NOT BE MAILED. The solicitation will close on or about 18 September 2015. Be sure to check the solicitation after issuance to verify the correct proposal response date. All amendments will be posted on the FBO website as well as the date and time. All prospective offerors are responsible to visit the web page frequently and obtain the solicitation and any amendments or other information pertaining to this solicitation. No telephone calls or written requests for this solicitation package will be accepted. Interested parties are requested to submit the aforementioned summary of capabilities and facilities to: Primary Point of Contact: Rebecca Jex 748 SCMG/PZAAA 6050 Gum Lane, Bldg 1215 Hill AFB, UT 84056-5825 rebecca.jex@us.af.mil Secondary Contact: Troye L. Davis 748 SCMG/PKAB 6050 Gum Lane, Bldg 1215 Hill AFB, UT 84056-5825 troye.davis@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8250-15-R-01562/listing.html)
- Record
- SN03837343-W 20150815/150813235416-708b56476770214ff945b85b7f5b9ecd (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 |