MODIFICATION
58 -- REX CCA Obsolescence - Receiver Exciter (REX) Circuit Card Assembly (CCA) for the Ballistic Missile Early Warning System (BMEWS) and PAVE Phase Array Warning System (PAWS) (BMEWS/PAVE PAWS) (BPP) sites
- Notice Date
- 5/1/2018
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/HB - Hanscom, 11 Barksdale Ave Bldg 1614, Hanscom Air Force Base, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- FA8723-18-R-0004
- Archive Date
- 6/13/2018
- Point of Contact
- James E. Lovely, Phone: 7195566268, Brenda Palmer, Phone: 719-556-6268
- E-Mail Address
-
james.lovely.1@us.af.mil, Brenda.Palmer@us.af.mil
(james.lovely.1@us.af.mil, Brenda.Palmer@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT REX CCA Obsolescence 27 April 2018 CHANGES MADE TO THIS NOTICE ON 1 MAY 2018 ARE IN BOLD THIS IS A SOURCES SOUGHT SYNOPSIS ONLY. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. THIS SOURCES SOUGHT SYNOPSIS IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE AIR FORCE TO ISSUE A SOLICITATION OR ULTIMATELY AWARD A CONTRACT. NEITHER UNSOLICITED PROPOSALS NOR ANY OTHER KINDS OF OFFERS WILL BE CONSIDERED IN RESPONSE TO THIS SOURCES SOUGHT. I. Synopsis: The Department of the Air Force, Air Force Life Cycle Management Center, Strategic Warning and Surveillance Systems Division is conducting market research to identify contractors capable of designing/producing obsolete Receiver Exciter (REX) Circuit Card Assembly (CCA) for the Ballistic Missile Early Warning System (BMEWS) and PAVE Phase Array Warning System (PAWS) (BMEWS/PAVE PAWS) (BPP) sites. These Generation I UEWR (Upgrade Early Warning Radar) REX CCAs will replace depleted spares and address component obsolescence. This effort will support Government requirements to provide sustainment support for BPP sites for the Air Force Life Cycle Management Center (AFLCMC), Battle Management Directorate, Strategic Warning & Surveillance Systems Division (HBQR). The BPP radar sensors are ground-based, computer-driven, phased array radars located at Thule Air Base (AB), Greenland; Royal Air Force (RAF) Fylingdales, United Kingdom (UK); and Beale AFB, California (CA). All information contained in this Sources Sought Synopsis is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Air Force to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Synopsis, is solely within the discretion of the Government. This synopsis is open to all qualified prime contractors, regardless of size. The applicable NAICS is: 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical Systems and Instrument Manufacturing. If a potential offeror believes a different NAICS code is more applicable to this effort than the one noted here, an alternate NAICS and justification for its use should be noted in their response. II. Scope of Work: The Government is planning to replace these obsolete REX CCAs spares with requirement Form, Fit, Function and Interface (F3I) replacement to meet a "need date". The replacement effort includes designing to existing specifications, manufacturing, testing, and delivering REX CCAs into the spare supply system. The contractor will need to demonstrate their expertise in phased array UHF technology, and be able to build-to-design and troubleshoot/repair if issues arise during manufacturing, testing and shipping. The Government has a partial systems performance specifications and a Level II Technical Data Package (TDP) available for use by potential offerors. The requirements and background information are available only to bidders with ability to handle For Official Use Only (FOUO) information upon request. III. Information Sought: Within the 10 pages specified by this Sources Sought, qualified potential contractors are requested to provide the following information to meet the Sources Sought objectives. 1. The Government requests industry feedback on potential offerors' ability to meet the current requirements. Responses should: a. Specify whether respondents have the background and expertise to be able to produce (or be able to repair broken components) REX CCAs IAW a Government-provided Level II TDP. b. Specify whether respondents have the background and expertise to be able to repair or build, test and deliver REX CCAs to meet site specific requirements. c. Describe REX CCA delivery schedule, quality control, and quality assurance. d. Identify an estimated timeline to produce, test and deliver each REX CCA. The following components are time-critical to meet the following "need date": Part No: G743571-2 REX CCA Nomenclature: Digital Waveform Generator 10-yr Spare Order Quantity: 12 Initial Delivery "Need Date": 11/2019 Final Delivery Date: 2021 Part No: G743590-1 REX CCA Nomenclature: Hardware Controller 10-yr Spare Order Quantity: 3 Initial Delivery "Need Date": NA Final Delivery Date: 2021 Part No: G743569-1 REX CCA Nomenclature: Phase Lock Oscillator 10-yr Spare Order Quantity: 3 Initial Delivery "Need Date": NA Final Delivery Date: 2021 Part No: G781808-1 REX CCA Nomenclature: Digital Down Converter 10-yr Spare Order Quantity: 21 Initial Delivery "Need Date": 11/2019 Final Delivery Date: 2021 Part No: G768208-2 REX CCA Nomenclature: Single Board Computer 10-yr Spare Order Quantity: 2 Initial Delivery "Need Date": NA Final Delivery Date: 2021 Part No: G779870-1 REX CCA Nomenclature: Receiver Upconverter 10-yr Spare Order Quantity: 6 Initial Delivery "Need Date": NA Final Delivery Date: 2021 2. The Government desires to maintain unlimited data rights and not proprietary electronic solutions. Describe any privately developed items, components, processes, computer software, and/or technical data that a potential offeror: (a) Intends to deliver with Limited Rights, (b) Intends to deliver with Government Purpose Rights, (c) Intends to deliver with Restricted Rights, or (d) have not yet determined if such rights should apply. The REX CCA Obsolescence Mitigation Bidders Library contains additional requirements information and system program documentation. Request access to the Bidders Library by PRECISELY following the TWO STEP directions in Attachment 1 - Bidders Library Instructions dated 27 April 2018. Once in the library, users can download individual documents or open the document titled "Users Guide - Bidders Library Cloning Workbench" for instructions on how to download the entire library. IV. Questions: In addition to the information requested above in response to this Sources Sought Synopsis, the Government is seeking responses to the questions below: 1. After review of the Sources Sought library data, what additional technical/workload data, if any, is required for you to competitively propose for this effort by the "need date"? 2. What is your initial repair, production, test, and delivery capacity? 3. Can you meet the government's "need dates"? If not, when can you deliver each of these end items? 4. How soon could you deliver all REX CCA units? 5. What, if any, warranty period would you offer? 6. Do you have an existing contract vehicle to fulfill the requirement? If so, please identify. If not, what contract type would you recommend given your strategic look at risk. 7. What are your production cost and schedule drivers and constraints? 8. Would you require a site visit in order to respond to a formal Request for Proposal (RFP)? If so, how far in advance would you need in order to respond to a formal RFP? 9. Describe opportunities for small business participation, if any. V. Response Information: Submit your responses via email in a PDF or an MS Office compatible electronic format with "REX CCA Obsolescence Mitigation" in the subject line to James Lovely, Contract Specialist (james.lovely.1@us.af.mil) with a courtesy copy to Brenda Palmer, Contracting Officer (brenda.palmer@us.af.mil). Response information shall contain only ONE electronic file, no larger than 5 megabytes (MB) in size that contains the following: 1) Cover letter 2) Company name, mailing address/website, location of facilities, CAGE Code, North Industry Classification System (NAICS) number(s), business size and any eligibility under the U.S. Government socio-economic programs and preference, and point of contact to include telephone number(s) and email address. Specify if responding concern is a U.S. or foreign-owned firm. 3) Responses to the Information Sought in Section III (no more than 10 pages, 11 point Times New Roman font (no smaller than 10 point when embedded within graphics) 4) Responses to questions in Section IV (if desired) Multiple electronic submissions to avoid the 5 MB size limitation will not be allowed. Any response submitted by respondents to this Sources Sought constitutes consent for their submission to be reviewed by Government personnel, Federally Funded Research and Development Center (FFRDC) employees and Advisory & Assistance Services (A&AS) contractor employees supporting AFLCMC/HBQ, unless the respondent clearly objects in writing to the release of this information to FFRDC contractor employees and A&AS contractor employees supporting AFLCMC/HBQR, in a cover letter accompanying your Sources Sought Response Package. The information received will assist in formulating an acquisition strategy decision. Responses are due no later than 29 May 2018, noon Mountain time, however, earlier submissions of responses are encouraged and highly desirable. Responses received after this date and time may not be reviewed. Address all contracting and acquisition strategy questions to the Contracting Officer: Brenda Palmer at brenda.palmer@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/eb04f3a9fbdeda3f8b35c7ef0e76b040)
- Record
- SN04905959-W 20180503/180501230630-eb04f3a9fbdeda3f8b35c7ef0e76b040 (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 |