Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 01, 2024 SAM #8222
SOURCES SOUGHT

99 -- C/KC-135 Mobile User Objective System (MUOS) A-kit Production

Notice Date
5/30/2024 1:35:14 PM
 
Notice Type
Sources Sought
 
Contracting Office
FA8105 AFLCMC WKK TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
MUOSAKIT_1
 
Response Due
6/28/2024 2:00:00 PM
 
Archive Date
07/13/2024
 
Point of Contact
Christopher Shrader, Donna McKibben, Phone: 4057348580
 
E-Mail Address
christopher.shrader@us.af.mil, donna.mckibben.1@us.af.mil
(christopher.shrader@us.af.mil, donna.mckibben.1@us.af.mil)
 
Description
SOURCES SOUGHT SYNOPSIS C/KC-135 Mobile User Objective System (MUOS) A-kit Production (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing) CAUTION: This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and manufacturing of MUOS A-kits for permanent modification to the United States Air Force KC-135 aircraft.� 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. INSTRUCTIONS: Below is a document containing a description of the KC-135 MUOS A-kit for a KC-135 permanent modification requirement and a Contractor Capability Survey, which allows you to provide your 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 to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Identify any areas of work that your organization believes should be broken out exclusively for Small Business. Both large and small businesses are encouraged to participate in this Market Research.� Joint ventures or teaming arrangements are encouraged. This request should not be construed as a Request for Proposal (RFP), nor should it be considered as a commitment on the part of the Government to subsequently issue an RFP or award a contract. Please provide a response to the Program Manager via e-mail by COB 28 Jun 24. If you have any questions regarding this request, please contact the Program Manager, Capt Christopher Shrader at, christopher.shrader@us.af.mil. REQUIREMENT DESCRIPTION KC-135 MUOS A-kit Production (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing) This effort required for the contractor to build to print and deliver a best estimated quantity of 300+ A-Kits when ordered by the Government, for installation of the MUOS capability to 300+ aircraft and installation protection assets (A-kit only) as well as receiving, kitting, and delivering the B/C Kits delivered by the Navy PMA-209 contract for the United States Air Force. The KC-135 MUOS A-kit can be expected to include the following: Multiple COAX cable harness assemblies (estimated 13 per kit) ranging from less than 1 foot to approximately 40 feet in length. Procurement of Cooper Aviatech UHF/SATCOM antenna (Part Number: 21-30-76-3) Circuit breaker kit Adapter plate for antenna LRU shelving Shims, brackets, decals, and miscellaneous mounting hardware New Combined Fill Panel The KC-135 MUOS B-kit can be expected to include the following: ARC-210 Full Size RCU (C-12719A) ARC-210 High Power Amplifier (AM-7642) ARC-210 Low Noise Amplifier / Triplexer (MX-12366) HPA solid mount (MT-7006) The KC-135 MUOS C-kit can be expected to include the following: ARC-210 Gen 6 (RT-2036) The Contractor shall package kits and GFP if required, IAW AWSTM-D-3951, Commercial Packaging, or MIL-STD-2073-1, Standard Practice for Military Packaging, and ANSI/ESD S20.20-2021, Protection of Electrical and Electronic Parts. The Contractor shall mark the packages for shipping and storage IAW with MIL-STD-129, Military Marking for Shipment and Storage, and ship them as cited on the individual order. The Contractor shall ship completed kits to the locations required for installation. In the case B and C-Kits need to be turned in for warranty or non-warranty repair the contractor shall oversee the repairs and shipping to/from the manufacturer. CONTRACTOR CAPABILITY SURVEY KC-135 MUOS A-kit Production (Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing) 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:� 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing, SBA Size standard: 1250. ����� Based on the above NAICS Code, state whether the following is applicable to your company: 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) Foreign-owned ���������������������������������������������� (Yes / No) if yes, indicate country of ownership Part II. Capability Survey Questions A. General Capability Questions Briefly describe the capabilities of your facility and the 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). Is your company certified to a quality standard? (ISO 9001, AS9100, etc.) Describe your company's capabilities for generating, handling, processing, storing, and shipping avionics/aircraft materials. Describe your company's capabilities for generating, handling, processing, storing, and shipping Controlled Cryptographic Item (CCI) material. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. Provide an outline of the unique processes and inspections required to meet this requirement. B. Hardware Production Questions Describe your capability and experiences in the manufacturing/fabrication of components similar to the stated requirement. What is your company�s current maximum production capacity per month? Provide information on any facility reserves you may possess to increase production capacity in the event of an immediate need do to critical operational mission requirements. How many completed A-kits are you capable of providing per year? Describe your process from contract award to delivery phase with lead time included. What is the warranty for your produced components? Disclaimer: This announcement is not a contract, RFP, promise to contract, or commitment of any kind on the part of the Government. The Government does not intend to award a contract on the basis of the information received at this event. The Government will not assume liability for costs incurred by an attendee or for travel expenses or marketing efforts; therefore, attendee cost in response to this notice is not considered an allowable direct charge to the Government. This forum is for informational purposes only. The contents of any future RFP take precedence over anything provided during this briefing and one-on-one sessions.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1d32fb41a6d34e8093df02e66fa423e6/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07081863-F 20240601/240530230102 (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.