SOURCES SOUGHT
66 -- Request for Information Versatile Depot Automatic Test Station (VDATS) Chassis
- Notice Date
- 12/9/2015
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- RFIVDATSCHASSIS2015
- Archive Date
- 1/12/2016
- Point of Contact
- Mildred (Lavelle) L Barnett, Phone: (478)926-3438
- E-Mail Address
-
lavelle.barnett@robins.af.mil
(lavelle.barnett@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Versatile Depot Automatic Test Station (VDATS) Chassis Warner Robins Air Logistics Center-OBC (MAPO is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet the requirements to purchase the Chassis for the Versatile Depot Automatic Test Station (VDATS) for support to the B-1, B-2, C-130J and F-15 weapon systems at the Warner Robins Air Logistics Complex. The level of security clearance and amount of foreign participation in this requirement has not been determined. The Government does not own or have access to the data for these items. The Government has determined that this system is a commercial item. Commercial item descriptions, commercial vendor catalog or price lists or commercial manuals assigned a technical manual number apply. Contractor shall furnish all material, support equipment, tools, test equipment, and services. The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor's facility. Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts. Samples are not available for evaluation. Only two approved sources per current drawing 200625785 are Tracewell Systems, Inc and Teradyne, Inc. 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: •1. The document(s) below contain a description of the VDATS Racks requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company's capability. •2. 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.) •a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. •3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. •4. Questions relative to this market research should be addressed to the Acquisition Program Manager, Lesley Sparks (478)222-0921 Versatile Depot Automatic Test Station (VDATS) CHASSIS PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to purchase the Chassis for the Versatile Depot Automatic Test Station (VDATS) for support to the B-1, B-2, C-130J and F-15 weapon systems at the Warner Robins Air Logistics Complex. Only two brand name sources are approved: Teradyne, Inc - C omponents listed below: ITEM P/N NSN NOUN Qty Per DA Station Base Year Min Order Qty/Year* Min Order Qty/Option Years Max Order Qty/Any Year 001 M-908-03 5975-01-553-3325KV Wiener Chassis 1 9 1 15 Tracewell Systems, Inc - C omponents listed below: ITEM P/N NSN NOUN Qty Per DA Station Base Year Min Order Qty/Year* Min Order Qty/Option Years Max Order Qty/Any Year 001 590-1003-F02-02 5975-01-596-1426KV Tracewell Chassis 1 9 1 15 The Government's needs for parts are required in order to support current VDATS test station builds for the B-1, B-2, C-130J and F-15 weapon systems within a depot maintenance environment in support of the Warner Robins Air Logistics Complex. The VDATS are an organically designed test stations with Open Architecture and Virtual Modular Equipment (VME) Extensions for Instrumentation (VXI) technology. The test station contains flexible hardware and software architectures that are fully expandable and customizable, and eliminate or reduce the need for active Interface Test Adapters (ITAs). This requirement is for components in the test station. Our acquisition strategy is a five-year contract consisting of a basic year plus four one-year options. CONTRACTOR CAPABILITY SURVEY Versatile Depot Automatic Test Station (VDATS) CHASSIS 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: 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) •· HUBZone 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 or emails must be received no later than noon EST. 28 Dec 2015. Please submit responses to Lesley Sparks at Lesley.sparks@us.af.mil Questions relative to this market research should be addressed to the Acquisition Program Manager, Lesley Sparks (478)222-0921 The North American Industry Classification System (NAICS) for this requirement is 334515 and the size standard of 500 employees Part II. Capability Survey Questions •A. General Capability Questions: •1. Describe briefly the capabilities of your facility and nature of the goods and/or services you provide. Include a description of your staff composition and management structure. •2. 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). •3. Describe your company's experience in providing the Part Numbers listed below that make up the VDATS Chassis. P/N NSN 590-1003-F02-02 5975-01-596-1426KV M-908-03 5975-01-553-3325KV •B. Commerciality Questions: •1. Is there established catalog or market prices for our requirement? •2. 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? •3. Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. •4. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. •C. Manufacturing Questions •1. Describe your capabilities and experience in manufacturing with regard to the requirements of this effort. •2. Describe your capabilities and experience in developing/modifying manufacturing procedures. •3. Demonstrate your ability and experience in the manufacture of the same or similar components, which are currently utilized in the commercial or military environment by providing the following information on the same or similar items: •a) Contract Number •b) Procuring Agency •c) Contract Value •d) Number of assets shipped •4. Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the manufacture and functional check of these or similar assets for Government Engineer review. •5. Describe your capabilities and experience in test, evaluation, and repair processes/procedures with regard to manufacturing items. •6. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems •7. Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. •8. If the item cannot be manufactured in total, state what your organization can produce •9. State any technology insertion ideas for the item that would be suitable for this effort. 10. Discuss any reverse engineering or item replacement opportunities that may be present.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/RFIVDATSCHASSIS2015/listing.html)
- Place of Performance
- Address: Robins Air Force Base, United States
- Record
- SN03965721-W 20151211/151209235032-66a2a00cf905d626b16ccaa88fef5139 (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 |