CAUTION:
This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements to perform a Form, Fit, Function, and Interface (F3I) redesign or qualify another source for manufacture of the TADIL- A Modem: NSN: 7050-01-015-4311, PN: 622-1399-001. The level of security clearance and the amount of foreign participation in this requirement has not been determined. 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:
1. Below is a document containing a description of the Inductor redesign requirement and a Contractor Capability Survey, which allows you to describe your company's capability.
2. 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.)
3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged.
4. Questions relative to this market survey should be addressed to Jignesh Patel (478) 926-9819.
REQUIREMENTS DESCRIPTION
E-3 Mission Computing TADIL- A Modem
PURPOSE/DESCRIPTION
We are conducting market research to identify potential sources that may possess the expertise, capabilities, and experience to perform a F3I redesign of the TADIL- A Modem used on the E-3 Airborne Warning and Control System (AWACS) aircraft. The components are critical avionics E-3 Mission Computing. The AWACS aircraft developed by Boeing for determining the location, altitude, course, and speed of large numbers of targets.
The Contractor shall be capable of furnishing all required labor, material, facilities and equipment to accomplish the redesign. Vendors shall be required to deliver at least two (2) production first article exhibits and complete testing report that meet all qualification and integration testing IAW with drawing 622-1399-001.
The Government will furnish facilities and labor for next higher assembly integration and qualification of the two production exhibits. The Contractor shall consider providing long-term TADIL-A Modem sustainment capability to support the E-3 aircraft.
The Government requests a complete technical data for the TADIL- A Modem.
CONTRACTOR CAPABILITY SURVEY
E-3 Mission Computing TADIL- A Modem
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: 334511
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)
• HUB Zone 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, no facsimiles or e-mails please, must be received no later than close of business 14 February 2019. Please mail two (2) copies of your response to:
407 SCMS/ GUEA
Attn: Jignesh Patel
235 Byron St Suite 19A
Robins AFB GA 31098-1670
Questions relative to this market research should be addressed to Jignesh Patel (478) 926-9819.
Part II. Capability Survey Questions
General Capability Questions:
1. Describe briefly 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.
2. 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).
3. Describe your capabilities and experience in test and evaluation in relation to the requirement.
4. What is your company's current maximum manufacturing capacity per month? 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.
5. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc.
6. Describe your configuration management processes and how you identify and resolve parts obsolescence, counterfeit components, and diminishing manufacturing sources problems.
7. Describe your process for maintaining inventory records and reporting on hand/in work balances and status to your customer.
Commerciality Questions:
1. Are there established catalogs 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.
2. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.