Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2021 SAM #7093
SOURCES SOUGHT

J -- Repair of Symbol Generator Unit and Equipment Rack Assembly

Notice Date
5/1/2021 7:22:39 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA8524 AFSC PZAAA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
22-00056
 
Response Due
5/31/2021 1:00:00 PM
 
Archive Date
12/31/2021
 
Point of Contact
Rebecca Danson, Logistics Manager, Phone: 4782220939
 
E-Mail Address
rebecca.danson@us.af.mil
(rebecca.danson@us.af.mil)
 
Description
Request For Information (RFI) for the repair of the Symbol Generator Unit (SGU) and Equipment Rack Assembly (ERA) Noun:������������������������������ ����������� ������������ NSN�������������������������� ����������� Part Number Symbol Generator Unit ������������������������NSN 5855013619755������������������������� PN 2751-0202-1 Equipment Rack Assembly������������������ NSN 5975014160394������������������������� PN 2751-0204-2 CAUTION: The Government is conducting market research to identify potential sources that possess the repair data, capabilities, and experience to meet qualification requirements to repair the SGU and ERA which are applicable to the HH-60G Helicopter. The level of security clearance and amount of foreign participation in this requirement has not been determined.� The SGU has a Repair Method Code/Repair Method Suffix Code (RMC/RMSC) of �R3/Q�.� RMC R3 - Repair, for the second or subsequent time, directly from the actual manufacturer. RMSC Q - The Government does not have adequate data, lacks rights to data, or both needed to contract repair of this part from additional sources. The Government has been unable to economically buy the data or rights to the data. Breakout to competition has not been achieved, but current, continuing actions to obtain necessary rights to data or adequate, repair technical data indicate breakout to competition is expected to be achieved. This part may be a candidate for reverse engineering or other techniques to obtain technical data. If one source is available, RMCs 3, 4, or 5 are valid. If at least two sources exist, RMCs 1 or 2 are valid. The ERA has a Repair Method Code/Repair Method Suffix Code (RMC/RMSC) of �R3/L�.� RMC R3 - Repair, for the second or subsequent time, directly from the actual manufacturer. RMSC L - The annual repair budget value of this part falls below the screening threshold established by local policy. However, this part has been screened for additional known sources, resulting in either confirmation that the initial source exists or other sources may repair the part. No additional screening was performed to identify the competitive or noncompetitive conditions that would result in assignment of a different RMSC. This code shall not be used when screening parts entering the inventory. This code shall be used only to replace RMSC O for parts under the established screening threshold. If one source is available, RMCs 3, 4, or 5 are valid. If at least two sources exist, RMCs 1 or 2 are valid. The Original Equipment Manufacturer (OEM) for both the SGU and the RA is BAE Systems. The Government does not own sufficient data for open competition. Any potential sources would have to become qualified and either own or produce their own data. 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.� Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts, and must be approved by the appropriate Government engineer. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards.� The government will not reimburse participants for any expenses associated with their participation in this survey. 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. 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. This solicitation is issued for the purpose of identifying any additional potential repair sources capable of repairing these assets. INSTRUCTIONS: The document below contains a description of the requirements for the SGU and ERA as well as 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 Market Research.� Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed to the Government Logistics Manager, Rebecca Danson, vie email at rebecca.danson@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 to repair BOTH the SGU and ERA applicable to the HH-60G: Noun:������������������������������ ����������� ������������ NSN�������������������������������������� Part Number Symbol Generator Unit ������������������������NSN 5855013619755������������������������� PN 2751-0202-1 Equipment Rack Assembly������������������ NSN 5975014160394������������������������� PN 2751-0204-2 This requirement is for repair services.� Our current repair services strategy is to add these NSNs to an existing corporate contract between the Government and BAE Systems that will continue through May 2025. If these NSNs can be placed on their own contract vehicle, the repair services strategy would be a five-year contract (basic plus four ordering periods) and will continue through FY26.� The projected quantities will be Best Estimated Quantities (BEQ) as follows: � NSN:��5855013619755, SGU, BEQ FY22:� 35; FY23:� 25; FY24:� 20; FY25:� 15, FY26:� 10 NSN:��5975014160394, ERA, BEQ FY22:� 10; FY23:� 8; FY24: 6; FY25: 4; FY26: 2 DATA - LOT FOR EACH FISCAL YEAR The Government requires repair services in order to support current combat search and rescue operations. The HH-60G Pave Hawk helicopter is a variant of the Army�s UH-60 Black Hawk with a primary mission purpose of Personnel Recovery (PR) with an emphasis on Combat Search and Rescue (CSAR). The HH-60G conducts day and night CSAR operations into hostile environments to recover downed aircrew or other isolated personnel in austere and unfriendly territory. Because of its versatility, the HH-60G is also tasked to perform military operations other than war including civil search and rescue, emergency medical evacuation, disaster relief, international aid, and counter drug activities. A vital part of the aircrew�s mission is the ability to scan and search an area of interest and relay messages in search and rescue missions. The HH-60G helicopter requires efficient management of all situational awareness of the pilots during both day and night tactical operations. Efficient situational awareness management is key to the success of all Personnel Recovery mission sets and significantly enhances mission accomplishment. The SGU and ERA are used on Air Force HH-60G aircraft that perform for various missions as noted in background. The SGU is 1 of 6 Line Replaceable Units that make up the AN/ASN-161 Navigational Data Display Set installed on the HH-60G. The SGU processes analog information and mode commands to generate symbology for the Head Up Display (HUD) and the Head Down Display (HDD). The ERA is a mounting base for the rest of the LRUs that make up the AN/ASN-161. This assembly has special characteristics which, if not conforming to the original design of the part, could cause failure of the SGU or ERA. Because of the complexity of these items and the lack of proprietary data, including test procedures, it would not be possible to establish an alternate source of repair for this item. � CONTRACTOR CAPABILITY SURVEY Noun:������������������������������ ����������� ������������ NSN�������������������������������������� Part Number Symbol Generator Unit ������������������������NSN 5855013619755������������������������� PN 2751-0202-1 Equipment Rack Assembly������������������ NSN 5975014160394������������������������� PN 2751-0204-2 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:� NOTE: For the proper NAICS code, consult with the Buyer/PCO ������ ������ 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) Central Contractor Registration (CCR).� ������ (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Written responses, via emails, must be received no later than close of business 31 May 2021. Please e-mail your response to: rebecca.danson@us.af.mil Questions relative to this market research should be addressed to the Government Logistics Manager, Rebecca Danson, at the email address above. 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 repairing the Part Number/NSN listed above. 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 repair capacity per month?� Provide information on any facility reserves you may possess to increase repair capacity in the event of an immediate need due 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). Repair Questions Describe your capabilities and experience in developing/modifying repair or maintenance procedures. Include associated upgrade of technical orders and preparation of new technical orders. Demonstrate your ability and experience in repair of the same or similar components, which are currently in use on commercial or military helicopters 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 depot level repair and functional check of these or similar assets for Government Engineer review. Describe your capabilities and experience in test, evaluation, repair or maintenance procedures. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? Discuss your process for addressing any form, fit, and/or function issues that may arise out of this effort 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 anticipated for this effort. State the type of inspection processes anticipated for this effort. Nondestructive Inspection/Testing (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 repaired in total, state what your organization can repair. State any technology insertion ideas for the item that would be suitable for this effort. Discuss any reverse engineering or item replacement opportunities that may be present. If your organization possesses repair capability but does not have an existing repair footprint for these particular items or requires data development, what is the estimated timeline for achieving complete repair instructions and establishing an operational repair line for each item? Commerciality Questions: Is there an established catalog or market price 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 the U.S. Government and general public 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. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0713dbc4d71b43c09f1db309400e0be2/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN05989068-F 20210503/210501230056 (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.