SOURCES SOUGHT
99 -- Repair B-1B(PACU)(EPRC)
- Notice Date
- 4/22/2025 5:52:42 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- FA8522 AFSC PZABB ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA8522-25-R-0008-RFI
- Response Due
- 5/23/2025 9:00:00 AM
- Archive Date
- 06/07/2025
- Point of Contact
- Kenneth Dickman, Marci W. Ross
- E-Mail Address
-
kenneth.dickman@us.af.mil, marci.ross.1@us.af.mil
(kenneth.dickman@us.af.mil, marci.ross.1@us.af.mil)
- Description
- The Government is conducting market research to identify potential sources that possess the repair data, expertise, capabilities, and experience to meet qualification requirements to repair the B-1B Enhanced Pre-Processor Avionics Control Unit (PACU) Replacement Computer (EPRC). The National Stock Number(s) (NSN) and Part Number(s) (PN) are as follows: Item: EPRC NSN: 5865-01-562-6911EW P/N: 293A770-1 NSN: 5865-01-708-9287EW P/N: 353A100-1 The contract is expected to consist of 5 Ordering Periods. Given below are the Best Estimated Quantities (BEQ�s) broken down by Order Period and associated NSN: BEQ Ordering Periods NSN Basic OP1 OP2 OP3 OP4 5865015626911EW 15 15 8 5 1 5865017089287EW 0 1 7 10 15 The EPRC was most recently repaired by Lockheed Martin Corp. (Cage Code 03640) under follow-on contract FA8522-22-D-0006 that is currently expired. The Repair Method Code (RMC)/Repair Method Suffix Code (RMSC) code for the EPRC is R3/R (See Note 1 below). The Government does not own or have access to the data for these items. No samples are available for potential suppliers to evaluate. The 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. Lockheed Martin Corp. is the manufacturer of the EPRC and the known sole source contractor for repairing these items. 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. Note 1 RMC R3 - Repair, for the second or subsequent time, directly from the actual manufacturer. RMSC R. The Government does not own the data or the rights to the data needed to contract repair of this part from additional sources. It has been determined to be uneconomical to buy the data or rights to the data. It is uneconomical to reverse engineer the part. This code is used when the Government did not initially purchase the data and/or rights. If only one source has the rights or data to repair this item, RMCs 3, 4, or 5 are valid. If two or more sources have the rights or data to repair this item, RMCs 1 or 2 are valid. FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997) applies to this request for proposal: (a) The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited except as provided in subsection 31.205-18 Bid and Proposal (B&P) Costs, of 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: informational planning and budgetary forecasting by the government. INSTRUCTIONS: If you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting the requirements of the contract. 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.) ATTENTION: SMALL BUSINESS RESPONDENTS who are interested in participation for this effort: No set aside decision has been made; however, the Government will determine the final strategy after thorough analysis of the small business responses and other market research available, considering the demonstrated interest and capability. Please ensure that you provide a thorough response to each question. If your company does not currently possess the full capability required to fulfill the entire requirement, what teaming/partnership/joint venture/subcontracting arrangement do you have in place to fulfill the government needs? Providing evidence of this arrangement, e.g. emails, letter, etc. that demonstrates a united response to this RFI is highly encouraged, but not required. The evidence should state the type of arrangement and the role each member will fulfill. If you are only interested in being a subcontractor to the future awardee, state the portion of the work that your organization has capability of fulfilling. 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. Questions relative to this market survey should be addressed to Kenneth Dickman, PCO, at kenneth.dickman@us.af.mil. PURPOSE/DESCRIPTION The EPRC is a Line Replaceable Unit (LRU) that provides command and control functions for the ALQ-161 Electronic Countermeasures Set, the primary defensive avionics system employed by the B-1B bomber. The EPRC was developed by Lockheed Martin. This requirement is for repair services. The service shall include providing obsolete parts resolution along with the necessary engineering to investigate Deficiency Reports and Material Improvement Projects (MIPs). The EPRC must meet form, fit, function, and interface requirements as defined by the Government. However, the Government does not own the data or the rights to the data needed to compete the repair of this part. It has been determined to be uneconomical to reverse engineer the data, qualify a new source, or buy the data and/or data rights. Lockheed Martin is the only source of known repair for this system and has been since it was fielded. 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: NAICS Code 811210 � Electronic and Precision 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). 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, and agency/organization supported. Describe your company�s experience in repairing the B-1B EPRC or similar technology. What is your company�s current maximum capacity per month for this particular type of requirement? 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.). Repair Questions: Describe your capabilities and experience in repairing existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? Demonstrate your ability and experience in repair of the same or similar components, which are currently in use by providing the following information on the same or similar items: a) Contract Number b) Procuring Agency c) Contract Value d) Number of assets shipped Discuss your process for addressing any fit, form, and or function issues that may arise out of this effort. Describe your process for maintaining inventory records and reporting on hand/work-in-process balances and repair status to your customer. Describe your capabilities and experience in test, evaluation, repair or maintenance procedures. 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. Discuss any reverse engineering or item replacement opportunities that may be present. Commerciality Questions: Are 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. Responses to the Capability Survey Part I and Part II must be received no later than close of business 05/23/2025. 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 the following: PCO: Kenneth Dickman, kenneth.dickman@us.af.mil Buyer: Marci Ross, marci.ross.1@us.af.mil PM: Allyson Smith, allyson.smith.1@us.af.mil Questions relative to this market survey should be addressed to Kenneth Dickman, PCO, at kenneth.dickman@us.af.mil.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e064a2c75ec54845b7c11281d653c357/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07417962-F 20250424/250422230048 (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 |