Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
SOURCES SOUGHT

J -- AN/APN-169, Station Keeping Equipment - AN/APN169 Station Keeping Equipment

Notice Date
7/7/2016
 
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, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FD20601600591
 
Archive Date
8/9/2016
 
Point of Contact
Charles H. Harris, Phone: 4789267055
 
E-Mail Address
charles.harris.3@us.af.mil
(charles.harris.3@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance-Based Work Statement The Government is conducting market survey to identify potential sources that may possess the expertise, capabilities, and experience to provide depot level repair for the AN/APN-169 SKE components. The level of security clearance and amount of foreign participation in this requirement has not been determined. 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. The AN/APN-169 SKE was originally manufactured by DRS ICAS LLC. The Government does not intend to award a contract on the basis of this sources sought. RMC / RMSC Code: R5 / R INSTRUCTIONS: 1. Below is a document containing a description of the AN/APN-169 SKE Oscillating Group requirements and a contractor capability survey which allows you to provide your 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.) 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 survey should be addressed to Anthony (Tony) Simmons at telephone number (478) 327-8668. No collect calls. REQUIREMENTS DESCRIPTION Depot Repair of the Oscillating Group applicable to the AN/APN-169 Station Keeping Equipment (SKE) System Purpose/Description: The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet the requirement to provide test, teardown, evaluation and repair of AN/APN-169A SKE for use on the C-130 aircraft. The contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish, repair, test, packing, preservation and packaging, and return to the government in a completely serviceable/like new condition at the unit prices established at the time of a contract award, for the items of Air Force equipment listed below. The Contractor will be responsible for recurring and nonrecurring engineering services associated with becoming a qualified source. The Contractor will be responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement, reparable forecasting, obsolescence issues and delivery of serviceable assets. The specific components to be repaired for this effort are found below: NSN Noun Part Number 5841-01-159-6052 Oscillator Subassembly 8008-0020-2 5955-01-158-1249 Oscillating Group 8008-2021-1 & 8008-2021 5930-01-216-3233CW Switch Assembly 8318-0610-1 Estimated Repair Requirement over the first 12 months: 5841-01-159-6052 - Qty. 6 5955-01-158-1249 - Qty. 3 5930-01-216-3233CW - Qty. 1 This requirement is for repair services. Our repair strategy is a five year contract (basic plus four ordering periods or option years) and will continue through FY22. Physical Description: The AN/APN-169 SKE (FSC: 5841, 5955, and 5930), is an airborne electronic system which provides the flight crew with positioning information technical data. The SKE was designed to provide transport aircraft such as the C-130, C-141, and C-17 with an air-to-air station keeping capability regardless of visibility. It allows a pilot to maintain position relative to a selected aircraft in the formation. The system includes a radome, relative range indicator, flight command indicator, azimuth range indicator, and two intra-formation position set controls. It can handle up to 36 aircraft at once and has a track-while-scan mode to display the position of a selected aircraft while presenting range and bearing information on the rest of the formation. The APN-169C/243(V) interfaces with the APN-241(V) radar on newer C-130s, with data SKE incorporated into the APN-241(V) display which makes it possible for a maximum of 36 aircraft to fly in close formation regardless of visibility conditions. One aircraft in every formation is designated a master station, while all the other aircraft are followers. The general procedure is to precisely synchronize all aircraft in formation to the master. The system shall provide steering commands to correct and maintain formation position settings. The system shall provide visual and aural proximity and collision warnings of similarly equipped aircraft and other aircraft currently instrument meteorological condition (IMC) formation equipped that infringe on selected range and provide warnings for loss of signal or system degradation. The system shall be capable of being coupled to and interfacing with the autopilot during all phases of SKE operation including airdrop. Repair services shall include teardown, test, evaluate, and repair of the asset to serviceable condition. The contractor shall furnish all the test equipment, labor and material needed to evaluate, test and restore unserviceable assets to serviceable condition and return such items to Warner Robins supply (SW3119). Acceptance testing and final inspection shall be conducted at contractor's facility with the approval of assigned Defense Contract Management Agency (DCMA) agents/inspectors. There are multiple NSN's associated with this SKE repair effort; prospective bidders must possess the capabilities necessary to teardown, test, evaluate, repair and return all NSNs to fully serviceable condition. The Contractor shall be responsible for supply chain management, logistics, forecasting of parts, long-lead parts procurement, reparable forecasting, obsolescence issues and delivery of serviceable assets. This repair contract will provide the assets necessary to support mission requirement in support of C-130 aircraft. The Oscillator Subassembly (6052) is described as two or more different types of items, having a common mounting or mounted on each other, which together form a portion of an oscillator but which in itself is not a complete functioning item and cannot be assigned a more definite item name. The Oscillating Group (1249) is referenced with federal logistics item name code 17422 - A collection of items, which when used with an electronic set provide facilities for a complete oscillator (1), crystal controlled or oscillator (1) non-crystal controlled. The Switch Assembly, is referenced with federal logistics item name code 00711 - Two or more complete switches mounted on each other or having a common mounting the major function of which is to hold the switches. Each switch, as a separable item, must be capable of functioning in accordance with its own name. Excludes items consisting of individually separable switches which are physically interlocked (e.g., one button returns when the other is pushed), which have a common actuator, or are electrically connected. Performance Requirements Characteristics/Capabilities The AN/APN-169 SKE Specifications: Dimensions: Weight 130 lbs. Characteristics Power output: APN-169C 1 kW peak MTBF: 200 hrs. Rated Proximity threshold: 500 - 4,500 ft. slant range, 500-ft increments NSN 5841-01-159-6052, Oscillator Subassembly: ABHP Overall Length 8.060 INCHES NOMINAL ABKW OVERALL HEIGHT 2.560 INCHES NOMINAL ABMK OVERALL WIDTH 4.730 INCHES NOMINAL AGAV END ITEM IDENTIFICATION AN/APN-169-C SKE CXCK III COMPONENT TYPE AND QUANTITY 1 BOARD AND 12 DIODE FEAT SPECIAL FEATURES USAGE DESIGN: P/N 8008-1000 NSN 5955-01-158-1249, Oscillating Group: AGAV END ITEM IDENTIFICATION 5841-01-143-5474 AJJW COMPONENT QUANTITY 2 AJJX COMPONENT DOCUMENT ORIGIN INDUSTRIAL AJJY DOCUMENT SOURCE 12115 AJJZ DOCUMENT TYPE PARTS LIST AJKD NONSUPPLY ITEMS AND QUANTITIES 12115 8008-0024-1 OSCILLATOR ASSEMBLY 1, 12115 8008-2022-2 GASKET 1 AJKE END ITEM SOURCE 12115 ALCD USAGE DESIGN CODER-DECODER NSN 5930-01-216-3233CW, Switch Assembly: AGAV END ITEM IDENTIFICATION 8318-1001-1 INSTALLATION KIT C130E/H ALCD USAGE DESIGN SWITCH, SELECTOR APCR III INDIVIDUAL SWITCH QUANTITY 2 ZZZV FSC APPLICATION DATA INSTALLATION SELECT SWITCH 8318-0600-1 CONTRACTOR CAPABILITY SURVEY Depot repair of the Oscillating Group assets applicable to the AN/APN-169, Station Keeping Equipment (SKE) Oscillator Subassembly, NSN 5841-01-159-6052, P/N 8008-0020-2, Oscillating Group, NSN 5955-01-158-1249, P/N 8008-2021-1 & 8008-2021, Switch Assembly, NSN 5930-01-216-3233CW, P/N 8318-0610-1 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: 811219. • 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) • System for Award Management (SAM). (Yes / No) • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Written responses, no facsimiles or e-mails please, must be received no later than close of business 25 Jul 16. Please mail two (2) copies of your response to: AFMC 407 SCMS/GULB Attn: Anthony (Tony) Simmons 235 Byron St Suite 19A Robins AFB GA 31098-1600 Questions relative to this market research should be addressed to Anthony (Tony) Simmons, (478) 327-8668. INSTRUCTIONS: 1. Below is a document containing a description of the AN/APN-169 requirement and a Contractor Capability Survey which will allow you to provide information clarifying your company's capability to meet repair requirements for this effort. The draft Performance Work Statement (PWS) is attached for reference. 2. If, after reviewing these documents, you desire to participate in the request for information, 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.). Part II. Capability Survey Questions A. General Capability Questions: 1. Describe briefly the capabilities of your facility and the 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. Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement? 4. What is the Rough Order of Magnitude (ROM) of annual costs to execute the PWS requirements? Estimate your company's maximum production capacity per month for the envisioned repaired items. This is for informational purposes only. 5. Reference attached Performance Work Statement (PWS). a) Does your company consider that the information in the document is clear and concise regarding the duties and responsibilities that the Government expects the Contractor to perform? If not, please identify the information that is needed or that requires additional detail and/or clarification. b) Did your company identify any areas in the attached PWS that presented unacceptable risks? If so, please provide detailed information. c) The Oscillating Group is an integral part of the AN/APN-169 airborne electronic system which provides C-130 aircraft positioning information allowing multiple aircraft to fly in close formation regardless of visibility conditions. Does your company have knowledge and experience in the following: a. Intra-formation positioning/collision avoidance capability? b. Visual and in-flight proximity and collision warning? B. Repair Questions: 1. Describe your capabilities and experience in repairing existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment. 2. Demonstrate your ability and experience in repair of the same or similar components, which are currently in use on commercial or military aircraft 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 3. Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the depot level repair and functional check of these or similar assets for Government Engineer review. 4. Describe your capabilities and experience in test, evaluation, repair or maintenance procedures. 5. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? 6. Discuss your process for addressing any fit, form, and or function issues that may arise out of this effort. 7. Describe your process for maintaining inventory records and reporting on hand/work-in-process balances and repair status to your customer. 8. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. a. Provide an outline of the proposed process, including inspections. 9. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. 10. If the item cannot be repaired in total, state what your organization can repair. Note: This questionnaire/survey is for the purpose of obtaining information relative to a repair effort in the Common Avionics Supply Chain Management Squadron (407 SCMS/GULB) at Robins AFB, GA. The Services Contracting Office within the Air Force Sustainment Center will serve as the procuring organization. Companies are encouraged to provide responses to this questionnaire but are advised that their participation is voluntary and no reimbursement of any kind will be provided. Respondents to this RFI are advised that participation in this survey does not assure participation in future solicitations or contract awards.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FD20601600591/listing.html)
 
Record
SN04174233-W 20160709/160707235243-b5feccef540ea12026f0b9dd5165dc83 (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.