Federal Bid

Last Updated on 25 Dec 2017 at 9 AM
Sources Sought
Location Unknown

Request for Information on AN/ALR-56C Components

Solicitation ID FD2060-18-00031
Posted Date 25 Aug 2017 at 7 PM
Archive Date 25 Dec 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Pk/Pz - Robins Afb
Agency Department Of Defense
Location United states
 

The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet the requirements for qualification and production of the NSN: 5985-01-390-2369EW/Attenuator, NSN: 5996-01-351-3796EW/Amplifier, NSN: 5998-01-294-5217EW/Circuit Card Assembly, NSN: 5998-01-301-5611EW/Circuit Card Assembly (CCA), and NSN: 5998-01-331-4963EW/Circuit Card Assembly. Respondents may reply with respect to some or all NSNs discussed in this Request for Information (RFI).The level of security clearance required is confidential.  The level of foreign participation in this requirement has not been determined. The Government's Best Estimated Quantities for this requirement are in the table below. The requirement to procure the NSNs in the table below is not anticipated past Ordering Period V.

 

Best Estimated Quantities

NSN

PN

Ordering Period

I

II

III

IV

V

5985013902369EW

231385-201

12

5

3

3

3

5996013513796EW

231366-201

8

4

4

4

4

5998012945217EW

319681-950

45

12

15

15

15

5998013015611EW

308311-903

5

1

1

1

1

5998013314963EW

319684-960

43

8

10

10

   10

 

The Original Equipment Manufacturer (OEM) is BAE Systems.  BAE no longer maintains stock of these items nor desires to produce any more of these NSNs.

 

The Government is searching for vendors with on-hand stock of these NSNs, or vendors who could reproduce these assets.  If redesign is required, the design is not bound by a prior configuration, any new sources may produce a new configuration so long as Form/Fit/Function is verified and validated to meet the current Government specifications.

 

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.

 

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.

52.215-3 -- Request for Information or Solicitation for Planning Purposes.

As prescribed in 15.209(c), insert the following provision:

Request for Information or Solicitation for Planning Purposes (Oct 1997)

(a) 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.

(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 market research in an effort to overcome barriers to competition.

(End of Provision)

 

INSTRUCTIONS:

 

  1. This document contains a description of AN/ALR-56C component requirements and a Contractor Capability Survey. The Survey allows Contractors to provide their company's capability.

 

  1. 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.)
    1. Identify any areas of work that your organization believes should be broken out exclusively for Small Business.

 

  1. 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 Charles T Massey, 478-926-5476. 

 

PURPOSE/DESCRIPTION

 

The Government is conducting market research to identify potential sources to supply the five AN/ALR-56C components listed below:

 

NOUN                                                NSN                                                    P/N

Attenuator                               5985-01-390-2369EW          231385-201, 231385-101

Amplifier                                 5996-01-351-3796EW          231366-201, 231366-102,

                                                                                       231366-302, 231366-402

Circuit Card Assembly           5998-01-294-5217EW                        319681-950

Circuit Card Assembly           5998-01-301-5611EW                        308311-903

Circuit Card Assembly           5998-01-331-4963EW                        319684-960

 

These items are integral and critical to the functionality of the AN/ALR-56C Radar Warning Receiver (RWR). The AN/ALR-56C is the radar warning component of the F-15 Tactical Electronic Warfare System (TEWS).

 

5985-01-390-2369EW: This Attenuator reduces the amplitude level without substantially distorting its waveform in the processing of a microwave signal.  This Attenuator is located in the AN/ALR-56C LRU 6C High Frequency Band Warning Receiver.    

5996-01-351-3796EW: This Amplifier converts low power signal into a higher power signal

in the AN/ALR-56C LRU-6C High Frequency Band Warning Receiver.

 

5998-01-294-5217EW, SPU and LOG Preprocessor CCA: LOG preprocessor accepts digitized video and outputs log video data while the SPU preprocessor converts SPU video and outputs digitized video data. The LOG preprocessor accepts the digitized video data samples from the 5998-01-331-4963EW LOG AD/NSD CCA. This CCA is located within the AN/ALR-56C LRU-3C Low Frequency Band Warning Receiver.

 

5998-01-301-5611EW, Pulse Buffer CCA: The DVP pulse buffer (A70, board No. 10) serves as the interface storage element between the video processor and the screen processor. The pulse buffer holds data while the rate histogram determines if the data should be passed or not.  This CCA is located within the AN/ALR-56C LRU-3C Low Frequency Band Warning Receiver.

 

5998-01-331-4963EW, LOG AD/NSD CCA:  This is a video processor that converts video data into digital format.  This CCA is located within the AN/ALR-56C LRU-3C Low Frequency Band Warning Receiver.

 

 

 

 

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: Recommend using NAICS 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing.         

       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).

 

E-mails must be received no later than close of business 11 Sept 2017. Please email your response to Charles T Massey ([email protected]) and James Gordon ([email protected]):

 

Questions relative to this market survey should be addressed to Charles T Massey, (478) 926-5476.

 


 

Part II. Capability Survey Questions

 

•A.    General Capability Questions:

 

•1.      Does your company have any of these assets in stock or have the capability to procure or manufacture this NSN?

 

•2.      Describe briefly the capabilities of your facility and nature of the goods and/or services you provide.

 

•3.      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).

 

 

•4.      Describe your company's capabilities and experience viewing and/or modifying engineering drawings.

 

•5.      For these NSNs, what is your company's  potential maximum capacity per month for this particular type of requirement?

 

•6.      What quality assurance processes and test qualification practices does your company employ? Provide a brief description of your quality program (ISO 9001, AS9100, etc.).

 

•7.      Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.

 

 

 

 

•B.     Manufacturing Questions

 

•1.      How will your organization address the absence of drawings, specifications, technical data, test procedures, etc.

 

•2.      If the item cannot be manufactured in total, state what your organization can produce.

 

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 23 Jan 2017 at 8 PM
Location Unknown 13 Nov 2009 at 1 PM
Location Unknown 12 Jan 2018 at 7 PM
New york New york 08 Aug 2006 at 4 AM
Location Unknown 17 Jun 2008 at 4 PM

Similar Opportunities

Irvine California 30 Dec 2030 at 8 PM
Irvine California 30 Dec 2030 at 8 PM
Hill air force base Utah 14 Mar 2026 at 4 AM (estimated)
San joaquin California 14 Jul 2025 at 4 AM