Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2018 FBO #6013
SOURCES SOUGHT

16 -- Antenna Array Brazing Assembly Repair - RQR F16 Array Brazing Assembly

Notice Date
5/9/2018
 
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, OO-ALC/PKO, 6038 Aspen Ave. B1289NE, Hill AFB, Utah, 84056-5805, United States
 
ZIP Code
84056-5805
 
Solicitation Number
FA8251-19-ARRAY-SSS
 
Archive Date
6/26/2018
 
Point of Contact
Ryan P Walker, Phone: 8017756535, Jeff Moody, Phone: 801-586-6010
 
E-Mail Address
ryan.walker.3@us.af.mil, jeffrey.moody.6@us.af.mil
(ryan.walker.3@us.af.mil, jeffrey.moody.6@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE FOR F-16 ARRAY BRAZING ASSEMBLY REPAIRS Sources Sought Synopsis Notice Response Number: FA8251-19-ARRAY-SSS Posted Date: 09 MAY 2018 Response Date: 11 JUNE 2018 Classification Code: 16 - Aircraft components and accessories NAICS: 811219 - Other Electronic and Precision Equipment Repair and Maintenance 1- NOTICE: This is a Sources Sought Synopsis (SSS), not a Request for Proposal (RFP), nor a solicitation, nor an Invitation for Bid (IFB), nor is it to be construed as a commitment by the Government to issue a formal solicitation or ultimately award a contract. The purpose of this SSS is only to identify potential sources for informational and planning purposes. The following information is provided to assist the Air Force in conducting market research of industry to identify potential sources that meet Air Force requirements. Responses to this SSS announcement are voluntary, and therefore, the U.S. Government is not liable to pay or reimburse any contractors which respond to this announcement. Any costs incurred by interested companies in response to this announcement are solely the responsibility of the responder. The Government does NOT intend to contract on the basis of this request or otherwise pay for any information solicited herein and the Government reserves the right to reject, in whole or in part, any contractor's input resulting from this RFI. 2- 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 811219 which has a corresponding Size standard of $20.5M. 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 services 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. Interested parties responding to this announcement shall indicate whether they are large, small, small disadvantaged, Section 8(a) qualified, women-owned, minority-owned, service-disabled veteran, or HUB zone, in relation to North American Industry Classification System (NAICS). Interested parties responding to this announcement shall indicate whether they are foreign owned. 3- The Air Force is issuing this repair SSS announcement as part of a market research survey to determine if additional sources exist that could become qualified for repair and refurbishment of the Array Brazing Assembly, which is part of the F-16 Aircraft AN/APG-66 and AN/APG-68 Radar System. Responses to this Notice shall consist of an initial white paper (not to exceed 3 pages) describing the offeror's capabilities with regard to trouble shooting, testing and repairing the Array Brazing Assembly. SCOPE: The Array Brazing Assembly is the actual Antenna surface that radiates and receives the radar signals. The Array Brazing Assembly is an essential component of the APG-66/68 Radar System and therefore its performance is vital to the safety and operational capabilities of the aircraft. The specific parts involved are as follow: Array Brazing Assembly Configurations FSC NIIN MMAC Part # 1270 01-077-8078 WF 646R706G01 BACKGROUND: The Array Brazing Assembly is a complex, military specific system and is not for commercial use. The government does not have in their possession a complete MIL-STD-100 Level Three engineer drawing package for the Array Brazing Assembly. The Original Equipment Manufacturer (OEM) retains data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. Currently the OEM, Northrup Grumman Systems Corporation, CAGE Code 97942, Continental Microwave, CAGE Code 66544, and Rantec Microwave Systems CAGE Code 04971 are qualified repair sources. This is a request for information seeking sources capable of meeting the requirements in the description. When responding please include: •a. Company Name and C AGE code. •b. POC - please provide email address and phone number. •c. Experiences with same or similar repair service, please list name of contract, contract number, DCMA, and Contracting Officer for similar repair services that your company has provided to the government. •d. Suggested NAICS 811219. Please provide rationale. If you identify your company as a Small Business, please indicate (with supporting rationale) how your company would be a Small Business given the restrictions identified in sub-paragraph (b)(1) of FAR Clause 52.219-14 (which states that at least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern), based on prescribing language in FAR 19.508(e) and 19.811-3(e)). •e. Business Size Classification for NAICS and qualifications if any as any sub-category. (i.e. 8(a), HUB Zone, SDVOSB, etc.) •f. Would you be a prime or subcontractor? •g. Lead Time needed for the task performance. •h. Evidence of capability: •(1) Description of similar experience including contract numbers with award dates •(2) Description of facilities •(3) Description of support and test equipment •(4) Kits and piece parts availability •(5) Description of Quality Program •(6) Certifications •i. Any anticipated teaming arrangements with a description delineating between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Responses must demonstrate that the services meet the government's requirements. Repair of this assembly requires specialized equipment, processes and precision work. Any source attempting to qualify for this repair must demonstrate this capability. Repair of the Array Brazing Assembly entails total refurbishment to a serviceable like-new condition which meets specified performance. Refurbishment requires at the least: (1) Removal of all polyamide tape material (2) Complete cleaning (may be part of the brazing and iridite processes) to remove all corrosion and contaminants in the internal and external surfaces of the plated assembly (3) Dip braze and iridite coating (to clean, coat for corrosion prevention and establish the surface electrical properties, and to heat treat) (3) Restoration of array surface flatness (4) Complete replacement of the polyamide tape (5) Verification testing Special materials, facilities, tooling or test equipment required to perform this function are not available from the government. Spot patching of polyamide tape is not permissible. This process damages the array surfaces and changes the surface circuitry. The Array Brazing Assembly is a specialized waveguide device manufactured to tight tolerances. Extensive knowledge of waveguide repair and the ability to refurbish the assembly are prerequisite to qualification. Qualifying a repair source is necessary to assure the government that the Array Brazing Assembly will perform properly in the aircraft operational environment. Failure to properly repair the Array Brazing Assembly may result in compromising the safety and operational capabilities of the aircraft. Repair of the Array Brazing Assembly requires extensive experience and technical knowledge of the design. Although drawings are available, the data has been determined be incomplete or insufficient; repair may require independent engineering analysis or possibly reverse engineering. The available engineering data is releasable to DOD contractors. The data is export controlled and not releasable to foreign sources. 4- To be considered as a potential repair source for this requirement, a Contractor will be required to submit technical data, in response to a solicitation, verifying their capabilities to repair these items. The Contractor will be required to verify to the Government that repaired items are within OEM specifications. See attachment, RQR F16 Array Brazing Assembly. Provide any supporting information such as commercial literature, catalogues, manuals, etc. If a respondent chooses to utilize the services of sub-tier vendors or subcontractors, those vendors or subcontractors must meet the criteria specified herein as well. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. The information received will be utilized by the Air Force in developing its acquisition strategy, Statement of Objectives, Statement of Work, Purchase Description and Specification. Any proprietary information that is submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked and clearly identified in accordance with the applicable Government regulations. The Government requests that non-proprietary information be submitted in response to this SSS. However, should proprietary information be submitted, it should be marked "PROPRIETARY", and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. All information marked as proprietary information will be safeguarded to prevent disclosures to nongovernment personnel and entities. The information in this notice is based on 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, if applicable and posted electronically on the Federal Business Opportunities website at www.fbo.gov. Responses to this SSS may or may not be returned. Not responding to this SSS does not preclude participation in any future solicitation, if one is issued. Responses to this Notice are due on or before 11 JUNE 2018. Interested parties please send response to the following contracting POC(s): PRIMARY POC: Ryan Walker via email at ryan.walker.3@us.af.mil, or call at 801-775-6535.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/75/FA8251-19-ARRAY-SSS/listing.html)
 
Record
SN04916971-W 20180511/180509230936-f2ec6578924cb710c06b4dfb5ad816fe (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.