Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2020 SAM #6805
SOURCES SOUGHT

16 -- Engineering Services for AN/APQ-170 Multi-Mode Radar (MMR)

Notice Date
7/15/2020 11:36:39 AM
 
Notice Type
Sources Sought
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
FA8509 AFLCMC WIUKA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FD20602032696
 
Response Due
8/15/2020 1:30:00 PM
 
Archive Date
08/30/2020
 
Point of Contact
Jeffery Pruitt, Phone: 4782229667, Jeffery Pruitt, Phone: 4782229667
 
E-Mail Address
jeffery.pruitt.1@us.af.mil, jeffery.pruitt.1@us.af.mil
(jeffery.pruitt.1@us.af.mil, jeffery.pruitt.1@us.af.mil)
 
Description
� CAUTION: This Request for Information is published for Market Research purposes only.� The Government is conducting this market survey to identify potential sources with the technical expertise, capabilities, and experience necessary to provide sustaining engineering support for the AN/APQ-170 Multi-Mode Radar (MMR) system installed on the MC-130 H Combat Talon II aircraft.� This is being conducted to resolve deficiencies and improve reliability, maintainability and functionality of the associated system and subsystems.� The level of security clearance and amount of foreign participation in this requirement has not been determined.�� The Government has determined that the service of this system is not a commercial item. Contractor shall furnish all material, support equipment, tools, test equipment, and services.� The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor�s facility.� Engineering services shall also include the correction of errors in engineering drawings, investigating anomalies on the aircraft and with the radar and test equipment, as well as any other technical support that is required.� These tasks shall support the war fighter in performing missions that utilize the AN/APQ-170 MMR.� The contractor shall provide timely support (by the most economical means) to resolve issues with the radar to allow aircraft(s) to return to mission capability expeditiously. �To be proactive, the contractor shall analyze failure data on a quarterly basis to identify current failure trends so they can be addressed early in order to keep the radar in a functioning state for the war fighter. The Original Equipment Manufacturer (OEM) for the AN/APQ-170 MMR:��� DRS Sustainment Systems, Inc. (Cage: 98255) 4201 Innovation Way Bridgeton, MO 63044 Interested persons may identify their interest and capabilities.� All potential offerors should contact the Buyer/PCO identified below for additional information and/or to communicate concerns, if any, concerning this acquisition.� PCO:� Jeffery Pruitt, AFLCMC/WIUKA Phone:� (478) 472-9667 Email:� jeffery.pruitt.1@us.af.mil Contract Specialist:� Teisha Brown, AFLCMC/WIUKA Phone:� (478) 468-2478 Email:� teisha.brown@us.af.mil Contractors/Institutions responding to this market research are placed on notice that participation in this survey does not guarantee participation in future solicitations or contract awards.� The government will not reimburse participants for any expenses associated with their participation in this survey. 52.215-3 � Request for Information or Solicitation for Planning Purposes Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although �proposal� and �offeror� are used in this Request for Information, your response will be treated as information only.� It shall not be used as a proposal. (c) This solicitation is issued for the purpose of market research in an attempt to overcome barriers to competition. (End of Provision) INSTRUCTIONS: The document below contains a description of the AN/APQ-170 MMR requirement and a Contractor Capability Survey.� The Survey allows Contractors to provide their company�s capability. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements.� Failure to provide documentation may result in the government being unable to adequately assess your capabilities.� If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Both large and small businesses are encouraged to participate in this Request for Information.� Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed to the Procurement Contracting Officer (PCO) and Contract Specialist listed below. ����������� PCO:� Jeffery Pruitt, AFLCMC/WIUKA ����������� Phone:� (478) 472-9667 ����������� Email:� jeffery.pruitt.1@us.af.mil ����������� Contract Specialist:� Teisha Brown, AFLCMC/WIUKA ����������� Phone:� (478) 468-2478 ����������� Email:� teisha.brown@us.af.mil PURPOSE/DESCRIPTION The Government is conducting Market Research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements for sustaining engineering on the AN/APQ-170 radar system. Noun:� AN/APQ-170(V) NSN:� 5841-01-606-2992 Part Number:� 881000-501 This requirement is for sustaining engineering services.� Our sustaining engineering strategy will continue through FY24.� The Government�s need for sustaining engineering services are required in order to support current combat aircraft operations.� The MC-130H Combat Talon II aircraft have a requirement for sustaining engineering of the AN/APQ-170 MMR.� The AN/APQ-170 MMR is currently manufactured and overhauled to specifications by DRS, the OEM.� This system has special characteristics, which if do not conform to the original design, could cause failure of the system.� Failure of the AN/APQ-170 MMR would impede Special Operation Forces (SOF) Combat Crews from the ability to perform their mission thus the possibility of grave danger and/or captured by opposing combat forces.� CONTRACTOR CAPABILITY SURVEY Part I.� Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: Size of business pursuant to North American Industry Classification System (NAICS) Code:� 334419 - Communication Equipment Repair and Maintenance. Based on the above NAICS Code, state whether your company is: Small Business����������������������������������������������� (Yes / No) Woman Owned Small Business��������������������� (Yes / No) Small Disadvantaged Business���������������������� (Yes / No) 8(a) Certified��������������������������������������������������� (Yes / No) HUBZone Certified����������������������������������������� (Yes / No) Veteran Owned Small Business��������������������� (Yes / No) Service Disabled Veteran Small Business����� (Yes / No) System for Award Management (SAM)� �������� (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Responses to the Capability Survey Part I and Part II must be received no later than close of business 30 days after posting of RFI.� Please ensure data is in a readable electronic format that can be received through a firewall. Attachments shall not to exceed 10 MB per email.� Multiple emails are acceptable. Responses must be sent via email to all of the following: PCO:� Jeffery Pruitt, AFLCMC/WIUKA Phone:� (478) 472-9667 Email:� jeffery.pruitt.1@us.af.mil Contract Specialist:� Teisha Brown, AFLCMC/WIUKA Phone:� (478) 468-2478 Email:� teisha.brown@us.af.mil Questions relative to this market research should be addressed to the PCO. Part II. Capability Survey Questions � General Capability Questions: Describe briefly the capabilities of your facility and nature of the goods and/or services you provide.� Include a description of your staff composition and management structure. � Describe your company's past experience on previous projects similar in complexity to this requirement.� Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). � Describe your company�s experience in developing the Part Number and associated equipment listed above that make up the AN/APQ-170 MMR radar system. Describe your company's capabilities for generating, handling, processing, and storing classified material and data. � Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals.� Identify what software programs are utilized to generate these data products and what formats are available for delivered items. � What is your company�s current maximum capacity per month for this particular type of requirement as other users are being held to the same timeline?� Provide information on any facility reserves you may possess to increase capacity in the event of an immediate need do to critical operational mission requirements. � What quality assurance processes and test qualification practices does your company employ?� Provide a description of your quality program (ISO 9001, AS9100, etc.). Provide a detailed quality plan implementing AS9100 (or equivalent). � Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. � �Commerciality Questions: �Is there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions?� Briefly describe any differences. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. � Manufacturing Questions � Describe your capabilities and experience in manufacturing with regard to the requirements of this effort. escribe your capabilities and experience in developing/modifying manufacturing procedures.� Include associated upgrade of technical orders and preparation of new technical orders. Demonstrate your ability and experience in the manufacture of the same or similar components, which are currently utilized in the commercial or military environment by providing the following information on the same or similar items: Contract Number Procuring Agency Contract Value Number of assets shipped Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the manufacture and functional check of these or similar assets for Government Engineer review. Describe your capabilities and experience in test, evaluation, and repair processes/procedures with regard to manufacturing AN/APQ-170 MMR. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. Provide an outline of the proposed process, including inspections. State the type of test procedures that are anticipated for this effort. State the type of inspection processes anticipated for this effort. NDI/T. Destructive testing/inspection. � How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. � If the item cannot be manufactured in total, state what your organization can produce. � State any technology insertion ideas for the item that would be suitable for this effort. 13. Discuss any reverse engineering or item replacement opportunities that may be present. Engineering Services Questions � Describe your services capabilities and experience with regard to the requirements of this effort. Describe your capabilities and experience in developing/modifying procedures.� Include associated upgrade of technical orders and preparation of new technical orders. � Demonstrate your ability and experience for the same or similar services, which are currently provided in the military environment by providing the following information on the same or similar items: Contract Number Procuring Agency �Contract Value Services Provided Describe your capabilities and experience in any required test, evaluation, and repair processes/procedures with regard to the required items. Describe how you/your organization will identify and resolve parts obsolescence and diminishing manufacturing sources problems � Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. � Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer as required. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/90280ef999614eeab7c3ae123b0ddbd3/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN05722633-F 20200717/200715230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.