Federal Bid

Last Updated on 12 Apr 2018 at 8 AM
Sources Sought
Location Unknown

REPAIR F-16 CADC CCAS

Solicitation ID F-16_CADC_CCA_REPAIR
Posted Date 12 Dec 2017 at 7 PM
Archive Date 12 Apr 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc / Afsc / Afnwc - Hill Afb
Agency Department Of Defense
Location United states
 

1.  NOTICE.  This is not a pre-solicitation nor a solicitation but rather a Sources Sought Synopsis (SSS) for the sole purpose of conducting market research to seak sources that can meet the attached Repair Qualification Requirements (RQR) to repair the Circuit Card Assemblies (CCAs) specified below.  The CCAs are Secondary Replaceable Units (SRUs) for the F-16 Air Data Computers specifically the Central Air Data Computer (CADC), NSN 6610-01-308-1859, and the Upgraded Central Air Data Computer (UCADC), 6610-01-372-8170.  Further, the purpose of the  market research is to determine if the repair can be competitive and/ or total small business set-aside.  The assigned qualified small business North American Industry Classification Systems (NAICS) Code is 811219, Other Electronic and Precision Equipment Repair and Maintenance, which has a corresponding size standard of $20.5M.  The Government is interested in all small businesses to include 8(a),  Service-Disabled Veteran-Owned, HUBZone, and Women-Owned small business concerns however, the Government request all interested parties to respond that can meet the RQR. 

2.  CIRCUIT CARD ASSEMBLIES (CCAs) SPECIFICS. 

Circuit Card Assemblies (CCAs)

FSC

NIIN

MMAC

Part #

Description

6685

00-149-1026

WF

4007515-903

Transmitter, Pressure

6685

00-259-3013

WF

4007515-902

Transmitter, Pressure

5998

01-399-8603

WF

8518948-903

Circuit Card Assembly

5998

01-399-5953

WF

8518945-902

Circuit Card Assembly

5998

01-399-8605

WF

8518951-902

Circuit Card Assembly

 

The Government is seeking sources only for the repair of the five CCAs listed above however, interested  sources may require the configurations for the F-16 CADC and UCADC to develop their repair capability for the CCAs.  This has been provided below:

F-16 Air Data Computers Configurations

FSC

NIIN

MMAC

Part #

Description

6610

01-308-1859

WF

4025116-907

CADC

6610

01-372-8170

WF

8518930-901

UCADC

 

3.  BACKGROUND.  The F-16 CADC and UCADC converts air data (pressure, angle of attack, and temperature) into electrical signals for use in other aircraft subsystems.  The Government does not own any repair manuals or detailed parts lists for these.  Additionally, the Government does not have any special test equipment available to repair them therefore the interested source must demonstrate the ability to obtain or create those resources necessary to perform trouble shooting, repair and testing of the F-16 Air Data Computers in a reasonable period in their capability statement.  If the offerer is able to develop or obtain the data, manuals, and technical orders from another party they must be able to demonstrate that they have access to such resources and the legal right to use said resources to repair assets for the Government in their capability statement as well. 

 

4.  RESPONSE.  In order to be a qualified source to repair the specified CCAs they must be qualified by the Government in accordance with the attached RQR.  Interested sources are required to submit a brief capability statement on how they meet/can meet the RQR.  Include in the statement a description of the repair facilities, required personnel, related repair experience, and if they have the ability to obtain or create the resources necessary to perform trouble shooting, repair and testing of the F-16 Air Data Computers as well as if they are able to develop or obtain the data, manuals, and technical orders from another party (they must be able to demonstrate that they have access to such resources and the legal right to use said resources to repair assets for the Government).  The capability statement must also include a point of contact, address, telephone number, email address, DUNS  number, CAGE Code, and/or tax ID number, as well as their size category (large, small, small disadvantaged, etc.), and if they have any existing related safety approvals.  Also, provide any supporting information such as commercial literature, catalogues, manuals, etc. 

Responses to the SSS are voluntary and therefore the Government is not liable to pay or reimburse any interested sources who respond.  Any costs incurred are solely the responsibility of the responder.  The Government does not intend to contract on the basis of this request or otherwise pay for any information solicited herein and reserves the right to reject, in whole or in part, any contractor's input resulting from this SSS.    

Responses are due by 10 January 2018 at 1:00 PM MST.  All information marked as proprietary information will be safeguarded to prevent disclosures to nongovernment personnel and entities.  Please send the response to the Procurement Contracting Officer (PCO) Leslie Evans at [email protected]. 

Bid Protests Not Available