SOURCES SOUGHT
J -- F/A-18 Radar and Avionics Systems Engineering and Technical Contractor Support Services for Fleet Readiness Center (FRC)
- Notice Date
- 5/7/2018
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- N61340 Naval Air Warfare Center Training Systems Division 12211 Science Drive Orlando, FL
- ZIP Code
- 00000
- Solicitation Number
- N6134018R0060
- Response Due
- 5/16/2018
- Archive Date
- 5/31/2018
- Point of Contact
- Elle Henning
- E-Mail Address
-
D
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT (REQUEST FOR INFORMATION) INTRODUCTION The Naval Air Warfare Center Training Systems Division (NAWCTSD) Orlando, FL intends to issue a sole source contract for engineering and technical support services for the repair of F/A-18 Radar and Avionics systems to Raytheon Technical Services Company LLC (Raytheon CAGE code 2F259) of El Segundo, CA under the authority of 10 USC 2304 (c) (1) as implemented by FAR 6.302-1. Through a series of contracts, Raytheon successfully provided Original Equipment Manufacturer (OEM) troubleshooting and repair expertise to Fleet Readiness Center-West (FRCW), Fleet Readiness Center Mid-Atlantic (FRCMA), Marine Aviation Logistics Squadron Eleven (MALS-11), and Marine Aviation Logistics Squadron Thirty-One (MALS-31). In order to comply with PGI 206.302-1 the Government is confirming the availability of potential comparable sources to provide support services for the repair of F/A-18 radar. Responses to this sources sought will be utilized to ensure no comparable source is available and more advantageous to the Government. PLACE OF PERFORMANCE 1) NAS Lemoore, CA: FRCW, Naval Air Station 2) NAS Oceana, VA: FRCMA 3) MCAS Miramar, CA: MALS-11 4) MCAS Beaufort, SC: MALS-31 DISCLAIMER THIS SOURCE SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND Raytheon, as the OEM of the F/A18 radar and associated components, maintains and holds all proprietary data supporting the radar systems and test benches. As such, Raytheon is the only known source who can provide effective onsite Principal Technical Support Engineer (PTSE) services for repair of this equipment. Raytheon accomplished the predecessor contracts (N61340-11-C-0007, N00244-13-F-0042, and N00244-16-F-0003). Sole source authority was previously granted in accordance with 10USC 2304(c)(1), as implemented by FAR 6.302-1. A limited source authority was previously granted in accordance with 40 USC 501, as implemented by FAR 8.405-6(a)(1)(i)(B), within Limited Source Justifications N5702513RC014CG and N0024416R0005LSJ. It was therein determined that Raytheon is the only source with the requisite knowledge and expertise to provide the service described above. The anticipated award date is December 2018. REQUIRED CAPABILITIES Must be able to meet the requirements in the information stated below. Detailed Support Requirements The Contractor shall provide the following services: Provide training and technical assistance to personnel on APG 65 and 73 radar troubleshooting, test bench functions, data interpretation, repair technique and, in particular, expertise in the employment of the OEM s Integrated Test Bench (ITB) test equipment. Provide OEM and other source technical information on emerging trends in radar repair, with recommendations on how to improve I-level efforts and maximize productivity and cost savings. Maintain an in-depth historical knowledge and a database of Weapons Replaceable Assemblies (WRA) and Shop Replaceable Assemblies (SRA) failure modes and trends. Utilize background knowledge to efficiently sort and resolve problems caused by sub-component incompatibilities (configuration management and interchangeability management). Possess working knowledge of and operational experience with the CASS Family of Testers. Recommend procedural changes to the repair process, with efforts focused on reducing man hours and/or component time spent in repair processes. Participate in strategy meetings to improve long-range repair efforts. Have a comprehensive understanding of where FRC and MALS repair fits into the big picture and analyze and recommend procedures which will increase effectiveness of FRC and MALS contribution to the overall radar repair strategy. Labor Category BLS SOC No. 17-3029 Electrical Engineer Journeyman Functional Description: Ability to test, analyze, troubleshoot and repair software and hardware, develop testing criteria and evaluate complex electrical, electronic and mechanical systems, subsystems, modules, components, test stations, test fixtures and test software and shall have the ability to distinguish between hardware and software discrepancies in various types of Automated Test Equipment (ATE). Experience: Operational knowledge of the Integrated Test Bench (ITB); also known as a, spread bench, that was specifically engineered by the OEM in the testing and diagnostics of the radar systems. And shall be knowledgeable in digital, analog and Radio Frequency (RF) theory and applications, as well as possess a working knowledge of Microsoft Windows 95/98/NT/2007, Microsoft Office 2010, Microsoft Project software, OrCAD, AutoCAD, Labview. Education: Completion of a technical school, trade school, or advanced armed services technical school in one of the following fields: electricity, electronics, avionics, mechanics, armaments/ordnance, or engineering technology. Substitution for education: A minimum of five years of experience in electronics and avionics testing, troubleshooting and fault isolation and in development of Test Program Sets (TPS) for Automated Test Equipment (ATE) used in the testing of radar and avionics systems. ELIGIBILITY The anticipated NAICS code for this requirement is 541330 (Engineering Services) with a size standard of $38.5 million. The Product Service Code (PSC) is J016 (Maint/Repair/Rebuild of Equipment- Aircraft Components and Accessories). SUBMISSION DETAILS This sources sought notice is not a request for competitive proposals. It is a notice to determine if a comparable source exists and outline the Government s intent to contract on a sole source basis with Raytheon. Interested sources shall submit their written technical capabilities to provide the services described above. Written response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. All responses shall include Company Name, Company Address, Company Business Size, and Points of Contact including name, phone number, fax number, and e-mail address. Detailed written capabilities must be submitted by email to Elle Henning (elle.henning@navy.mil) in an electronic format that is compatible with Microsoft Office 2010 applications (MS Word), no later than 1 PM Eastern Standard Time (EST) on Wednesday, 16 May 2018. Verbal submissions via phone will not be honored. Information and materials submitted in response to this request WILL NOT be returned. Small Businesses interested in subcontracting opportunities should contact the Raytheon Supplier Diversity office at supplierdiversity@raytheon.com. Classified material SHALL NOT be submitted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N6134018R0060/listing.html)
- Record
- SN04913631-W 20180509/180507230923-8f59c0eed716c83c028fad0ca45c2563 (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 |