Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2018 FBO #6000
SOLICITATION NOTICE

58 -- Radio Frequency (RF) Switches spares applicable to the AN/ALQ-131 Electronic Attack Pod

Notice Date
4/26/2018
 
Notice Type
Presolicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
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
SPRWA1-18-R-0033
 
Archive Date
12/31/2018
 
Point of Contact
Charles T. Massey, Phone: 478-926-5476
 
E-Mail Address
charles.massey.3@us.af.mil
(charles.massey.3@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Defense Logistics Agency, DLA Aviation Warner Robins division will competitively acquire spare parts applicable to the AN/ALQ-131 Electronic Attack Pod, NSNs: 5895-01-393-3618EW, 5895-01-543-9384EW, and 5985-01-560-8710EW, Radio Frequency (RF) Switches. This effort is anticipated to be solicited with small business set aside with FAR 19.5 procedures to successfully develop, build, and pass First Article testing for each NSN followed by the manufacture of each NSN. This effort is anticipated to be solicited as an Indefinite Delivery Indefinite Quantity (IDIQ) type contract. Anticipated item/quantity specifics as follows: Solicitation SPRWA1-18-R-0033 contemplates a 5 year Firm Fixed Price (FFP) Indefinite Delivery Indefinite Quantity (IDIQ) type contract for NSNs: 5895-01-393-3618EW, 5895-01-543-9384EW, and 5985-01-560-8710EW, Radio Frequency (RF) Switches. 5895-01-393-3618EW is a switching preselect for the second converter in a dual conversion receiver. It selects a proper second conversion bank and then filters the selected band. 5895-01-543-9384EW consists of three input and output switched channels. One straight though, one with a bandpass filter, and one with subordinate output and input. 5985-01-560-8710EW is a single-pole, six position, RF switch. These switches will be built according to the following Drawings/Specifications: NSN Drawing/Specifications Revision 5895-01-393-3618EW 330626 E 5895-01-543-9384EW 312282 AD 5985-01-560-8710EW 312237 F The proposed acquisition is anticipated to be contracted as a 100% small business set aside competition with a price only evaluation. Detail data/drawings/schematics or any other releasable technical data in support of this requirement will be available via www.fbo.gov under solicitation number SPRWA1-18-R-0033. Required Delivery is to be established within the solicitation. NSN: 5895-01-393-3618EW, Electronic Switch P/N: 302568-035 / 330626-201 Description: LENGTH (IN) 3.39; WIDTH (IN) 2.76; HEIGHT (IN) 1.38: WEIGHT (LB) 2.00 Item Function: Switch Item Material: Metal Alloy NSN: 5895-01-543-9384EW, Electronic Switch P/N: 301258A / 312282-302 Description: LENGTH (IN) 2.75; WIDTH (IN) 0.55; HEIGHT (IN) 1.75: WEIGHT (LB) 1.00 Item Function: Switch Item Material: Metal Alloy NSN: 5985-01-560-8710EW, Radio Frequency Switch P/N: 304488-001 / 312237- 402 Description: LENGTH (IN) 1.50; WIDTH (IN) 1.50; HEIGHT (IN) 0.75: WEIGHT (LB) 1.00 Item Function: RF Switch Item Material: Metal Alloy Quantity: EA - See Quantities Below Applicable To: AN/ALQ-131 Ship To: TBD Delivery: TBD PR Number(s): FD2060-17-00305 Anticipated Quantities: Pricing Period I (Date of Award through 12 Calendar Months) NSNs: 5895-01-393-3618EW, 5895-01-543-9384EW, 5985-01-560-8710EW, Qty: 2 EA, First Articles followed by Qty 1 - 50, 1-5, 1-25 production units for each NSN. P ricing Period II (13-24 Calendar Months After Contract Award) NSNs: 5895-01-393-3618EW, 5895-01-543-9384EW, 5985-01-560-8710EW, Qty: 1 - 30, 1 - 5, 1-15 production units for each NSN. Pricing Period III (25-36 Calendar Months After Contract Award) NSNs: 5895-01-393-3618EW, 5895-01-543-9384EW, 5985-01-560-8710EW, Qty: 1 - 30, 1 - 5, 1-15 production units for each NSN. Pricing Period IV (37-48 Calendar Months After Contract Award) NSNs: 5895-01-393-3618EW, 5895-01-543-9384EW, 5985-01-560-8710EW, Qty: 1 - 30, 1 - 5, 1-15 production units for each NSN. Pricing Period V (49-60 Calendar Months After Contract Award) NSNs: 5895-01-393-3618EW, 5895-01-543-9384EW, 5985-01-560-8710EW, Qty: 1 - 30, 1 - 5, 1-15 production units for each NSN. NSN: 5895-01-393-3618EW, Electronic Switch Pricing Period Quantities I 2 First Articles, 1-50 Production II 1 - 30 III 1 - 30 IV 1 - 30 V 1 - 30 NSN: 5895-01-543-9384EW, Electronic Switch Pricing Period Quantities I 2 First Articles, 1-5 Production II 1 - 5 III 1 - 5 IV 1 - 5 V 1 - 5 NSN: 5985-01-560-8710EW, Radio Frequency Switch Pricing Period Quantities I 2 First Articles, 1-25 Production II 1 - 15 III 1 - 15 IV 1 - 15 V 1 - 15 Electronic procedure will be used for this solicitation. Based upon market research, the Government is anticipating using the policies contained in Part 15, Contract by Negotiations, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. Offerors shall prepare their proposals in accordance with the mandatory, explicit, and detailed instructions contained in the RFP. The Government anticipates utilizing the lowest Total Evaluated Price (TEP) price only methodology. Submission of proposals by offerors shall be sent per the terms and conditions within the RFP. It is anticipated that the formal RFP will be released around middle/end of May 2018. The RFP will be posted to the Federal Business Opportunities (FBO) webpages (http://www.fbo.gov/). The proposal response date is anticipated to be 45 calendar days from the date of RFP release. ALL questions regarding this synopsis, the RFP, and/or any concerns regarding this requirement must be submitted in writing via email to the Contracting Officer, Charles.Massey.3@us.af.mil, please include the vendor's CAGE code with any emails submitted. Offerors are encouraged to register to receive notification for any further information regarding this effort ad to check FBO site regularly. For assistance in interpreting the FBO announcements, please see the FBO Vendor's Guide. Only contractors with valid security clearance will be able to view the Drawing 267056 that is classified to this solicitation. Contractors without valid security clearance will not be able to access the information. Offerors must have a valid U.S. security clearance of the applicable DD254 listed with the solicitation in order to respond to this RFP (SPRWA1-18-R-0033), because the RFP (SPRWA1-18-R-0033) includes an annex (information) classified at the Confidential level which will be released only to offerors possessing the appropriate clearance. All classified material must be handled in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R). To access export control documents: Three things. •1. 1. Registered at the System for Award Management (SAM) database https://www.sam.gov/portal/SAM/#1#1 •2. 2. Registered at JCP and approved to view export control https://www.dlis.dla.mil/jcp/Default.aspx •3. 3. Registered at FBO https://www.fbo.gov/ All the above using the same CAGE code. To access the classified documents, the following must be accomplished: 1. The contractor's facility and reviewing personnel must have a valid security clearance level. 2. Send request to Primary or Secondary Point of Contact listed within the synopsis. 3. Request shall include name, address, CAGE code from requesting office, and phone number. 4. Upon receipt of all information, security clearance will be verified for the facility and personnel. 5. Upon clearance level verification, Drawing 267056 will be delivered via certified mail via CD-ROM to cleared personnel. 6. Upon receipt of material, potential contractors will have a specified amount of time to review and then return or destroy documents. Proof of destruction will be required following NISPOM 5-703. Personnel clearance to support classified work must be at a level commensurate with the requirements - Contractor personnel will require DoD security clearances at least at the CONFIDENTIAL level for key personnel. CONFIDENTIAL Facility Clearance is required. Classified information system processing approval to operate (ATO) up to at least CONFIDENTIAL level is required. Storage Clearances of at least the CONFIDENTIAL level are required. US Citizenship is required. Contractors must follow the anticipated DD254. FAR 4.402 gives guidance on requirements for classified information. Clause 52.204-2 applies to information access on "Secret" information. All unclassified/non-sensitive questions and answers will be uploaded to www.fedbizopps.gov. However, the identity of the potential offeror will not be included. Offerors are encouraged to register to receive notification for any further information regarding this effort and to check FEDBIZOPPS (FBO) site regularly. For assistance in interpreting the FBO announcements, please see the FBO Vendor's Guide.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/SPRWA1-18-R-0033/listing.html)
 
Record
SN04902188-W 20180428/180426230924-c0eecbdfb3126fee5af9c20ab46af2b7 (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.