Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 01, 2018 FBO #5914
SOURCES SOUGHT

59 -- Multiplex Bus Fault Isolator Cable Sets - Statement of Work

Notice Date
1/30/2018
 
Notice Type
Sources Sought
 
NAICS
335929 — Other Communication and Energy Wire Manufacturing
 
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
FA8224-18-SSS-Cables
 
Archive Date
2/28/2018
 
Point of Contact
Shelly Bachison, Phone: 941118688606
 
E-Mail Address
shelly.bachison@us.af.mil
(shelly.bachison@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work NOTICE: This is not a solicitation but rather a Sources Sought to determine potential sources for information and planning purposes only. 1- The purpose of this Sources Sought 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 335929, with a corresponding size standard of 1,000 employees. The contractor shall ensure that all applicable Commercial-Off-The-Shelf (COTS) IA and IA- enabled products comply with AFI 33-200, Information Assurance. Some of these products must be Committee on National Security Systems Policy 11 (CNSSP-11) compliant, requiring them to be validated by accredited labs under the National Information Assurance Partnership (NIAP) Common Criteria Evaluation and Validation Scheme or National Institute of Standards and Technology (NIST) Federal Information Processing Standards (FIPS) Cryptographic Module Validation Program (CMVP) as identified in the sections below. 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 support 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. Program Details: The Hill AFB, Ogden Air Logistics Complex, SMXS/MXDPAB Multiplex Bus Fault Isolator (MBFI) program's purpose is to purchase a quantity of test adapter cable sets to satisfy the needs of the F-22 maintainers. The overall test equipment consists of the adapter cables specific to the F-22. The F-22 cable sets provide connectivity from the MBFI test equipment to the aircraft without the risk of damage to sensitive components. The adapter's and cables being acquired by this program must be of the highest quality products and manufactured to the highest quality standards as specified in this Statement of Work (SOW) and attachments A, B and C. This is a Brand Name or Equal requirement. Equal options to the brand name mentioned will be evaluated against the following Essential Salient Characteristics. Essential Salient Characteristics: U n le s s o t h e r wi s e s p ecified, t h e d eli v e r ed c a b l es a n d self-test pl u g s s h a ll m e e t o r e x ce e d all c h a r a c t e r is t ics listed below. •· A ll measurements, finds, and flags gi v en in t h e p r o du c t i o n le v el d r a win g s p r o v i d e d sh a ll b e v e r if i ed by the Manufacturer before delivery and before first production testing evaluation. A ll c a b l es s h a ll have an internal strain relief and p r o v i d e a m i n i mu m o f 80 l b s o f st r a in r elief f o r 10 m i n u t e s without stretching or elongating more than 5%. Each c a b le s h a ll inc lud e internal st r a in r elief which is f r ee f r o m e xt e r n a l h a r d w a r e. A ll a tt a ched Self- Test Plugs /Dust Caps of t h e c a b l e s h a ll p r o v i d e a m i n i mu m of 5 0 l b s. o f t en s ile s t r en g t h w i t h ou t breaking. Self-Test Plug enclosed back shell (Shorting Cap Back shell) will be no less than 1.0 inch and no more than 1.5 inches. •· A ll c onn ec to rs and c ompon e n ts s h a ll be v o id o f a n y s h a r p p r o t r u s i o n s t h a t w ill s n a g o n o t h e r ob je c t s. •· C a b le j a c k et s h a ll be no n-e l a st om e r. C a b le j a c k et s h a ll n o t s n a g or f r a y. •· C a b le j a c k et (convoluted tubing) s h a ll be a b r a s i o n, che m ic a l a n d h e a t r e s i s t a n t. Must meet or exceed (Temperature MIL-STD 28800E Test method 7.3 a, b and 1 through 5). •· Th r e a d primer/sealer compound s h a ll b e a pp lied u po n fi n a l c l o cking ( t i gh t en in g o f all t h r e a d ed a ss e mb lies) o f c a b l e a ss e mb ly. •· S h ield t e r m i n a t i o n s s h a ll be in a cc o r d a n ce w i t h p r od u c t i o n le v el d r a win g schematics. •· S p a r e wi r es s h a ll be popu la t ed in a cc o r d a n ce w i t h t h e i nd ivid u a l p r odu c t i o n le v el d r a win g s. •· A ll S elf-Test P l ug s sh a ll be laser etched and c a b l es m a r k e d w i t h n o n - s h r i n k, non-adhesive, s elf - p o s i t i o n i n g ( i. e. n o t fi x ed p os i t i on ) I D M a r k e r s with crush resistance of 250lbs. •· All cable legs will be marked with non-shrink, non-adhesive, engraved and filled or laser etched. Cable labels must have an UID, Cable Name, Part Number and Cage Code. •· C a b le, A d a p t er a n d pl u g m a r ki ng s sh a ll be o f p e r m a n ent m e a n s e ng r a v ed or laser etched o n non-fixed l a b e l and/or each leg. S ee p r odu c t i o n le v el d r a win g s f o r s p ecific s. •· A ll Self-Test P l u g s and (ST 1 ) s h a ll be e ng r a v ed and filled or laser etched o n enclosed back-shell. A ll c onn ec to r ends which do not have attached Self-Test Plugs s h a ll h a v e a rubber Dust Cap which is pe r m a n en t ly attached t o the c a b l e. The Self-Test Plug/D u s t C ap a tt a ch m ent s h a ll p r o v i d e 36 0 de g r ee r o t a t i o n ( s ee d r a win g s f o r image d e t a il s ). The Self-Test Plug/D u s t C ap c onn ec t i o n t o c a b le s h a ll p r o v i d e n o less t h a n 6 inches b u t no m o re t h a n 9 inc h es d is t a n ce b e t w e en t h e c onn ec t i o n p o i n t a n d t h e Dust Cap. Each cable shall contain spare wires that facilitate reparability (Coaxial and Twinax cable). Storage Temperature: -51C to 71C Operating Temperature: -40C to 71C Storage Altitude: 40,000 feet Operating Altitude: 15,000 feet The cables shall perform without degradation when deployed out-of-doors, unprotected from blowing rain. The cable shall be flexible enough to bend 90° from the centerline. The information in this notice is based on the best and most 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 and posted electronically on the Federal Business opportunities homepage at www.fbo.gov. NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! The Government is interested in all small businesses including 8(a), Historically Underutilized Business Zone, Service Disabled Veteran Owned Small Businesses (SDVOSB), or, if applicable based on NAICS code, Economically disadvantaged women-owned small business (EDWOSB) Women Owned Small Businesses (WOSB) that are interested in performing this requirement. The Government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or SDVOSB, WOSB, EDWOSB, or small business) anticipated teaming arrangements, and a description of similar support offered to the Government and to commercial customers. 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. The Government will use this information in determining its small business set-aside decision. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), WOSB, VOSB, etc.). Commodity Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, GSA contract number and expiration (if applicable), and any related specifications/drawings. Please provide the GSA contract number applicable to this requirement. Responses may be submitted electronically to the following e-mail addresses: shelly.bachison@us.af.mil andrea.bean.1@us.af.mil RESPONSES ARE DUE NO LATER THAN: 5:00 pm MST, 13 February 2018
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8224-18-SSS-Cables/listing.html)
 
Record
SN04803940-W 20180201/180130231021-ffc152449cf720dccd936bce40e1bd3f (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.