Maryland Bids > Bid Detail

APX-119 and APX-114 Systems Repairs

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159212715372020
Posted Date: Sep 12, 2022
Due Date: Oct 14, 2022
Solicitation No: FD2060-22-01148
Source: https://sam.gov/opp/185cfad841...
Follow
APX-119 and APX-114 Systems Repairs
Active
Contract Opportunity
Notice ID
FD2060-22-01148
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE SUSTAINMENT CENTER
Office
FA8539 AFSC PZABA
General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 12, 2022 01:53 pm EDT
  • Original Response Date: Oct 14, 2022 11:59 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J059 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Aberdeen Proving Ground , MD 21005
    USA
Description

Identification Friend or Foe (IFF) APX-119 and APX-114 Systems



The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet the requirements specified in this document. The National Stock Numbers (NSNs) are listed below. Services shall include teardown, analysis, repair, and testing of spare components, packing, handling, storage, transportation, data collection, engineering support, and services. Technical data distribution will be authorized to the Department of Defense and US DoD contractors. This acquisition does involve technology that has a military application. The current acquisition strategy involves the use of DLA's Raytheon Corporate Contract which expires on 26 Sep 2025. The current contract’s scope is for Air Force and FMS items. This effort will cover the period beginning September 2023 until September 2025.

The Government does not own or have access to the data for these items. The Government has determined that these systems/subsystems are non-commercial and commercial items.

Samples of these items are not available for potential sources to evaluate.

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.

Contractors/Institutions responding to this RFI 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.



1. The document(s) below contain a description of the requirements for this service and a Contractor Capability Survey. The Survey allows Contractors to provide their company’s capability. See the attached PWS for a description of the services required for this effort.





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.)

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



3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged.



4. Questions regarding this market survey shall be addressed to the Program Manager, Myranda Fields, via email at myranda.fields@us.af.mil.



FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes applies to this survey.



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 RFI 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 RFI is issued for the purpose of the DLA Corporate contract.



Identification Friend or Foe (IFF) APX-119 and APX-114 Systems



PURPOSE/DESCRIPTION



The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to provide engineering services software development and maintenance, and repair the Identification Friend or Foe (IFF) APX-119 and APX-114 components listed below:



Radar Transponder; NSN: 5841-01-656-1177; P/N: 4079100-0530



Radar Set Control; NSN: 5841-01-651-6247; P/N: 4087561-0502



Radar Transponder; NSN: 5841-01-612-5856; P/N: 4079100-0516



Radar Transponder; NSN: 5841-01-693-3364; P/N: 4079100-0540



Radar Transponder; NSN: 5841-01-693-3952; P/N: 4079100-0541



Radar Transponder/FMS CLIN; NSN: 5841-01-645-6210; P/N:4079100-0531



Radar Transponder/FMS CLIN; NSN: 5841-01-656-1177; P/N: 4079100-0530



This requirement is for repair sources. The projected quantities for each service are identified on the attached PWS. These systems and/or subsystems are currently installed on multiple platforms.



Companies must demonstrate that they have past experience repairing these systems and/or subsystems. See specific submission requirements in the Part II of this RFI.



Raytheon Company is currently the prime contractor for the requirements (spares, repair, and sustaining engineering). Raytheon Company owns the technical data required to repair the line replaceable unit (LRU) s and shop replaceable unit (SRU) s. Parties expressing interest in this requirement must have the capability to access pertinent technical data needed for spares production, repairs, technical support, and contract program management. Interested parties must also be able to provide repair and parts for the designated LRUs and SRUs and return to Government (or designated inventory) in serviceable condition that meets or exceeds the manufacturer specification. The Government’s needs for repair services are required in order to support the APX-119 and APX-114 Systems that provides the aircraft with Radio Frequency (RF) electronic countermeasures to increase survivability against missile threats.



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: 811219



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).





Written responses must be received no later than close of business 3 Oct 2022. Please email your response to: Myranda Fields at myranda.fields@us.af.mil. Questions relative to this RFI/market research should be addressed to Myranda Fields.



Part II. Capability Survey Questions



A. General Capability Questions:




  1. 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.

  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 company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items.

  4. List facilities specifications that will be used along with their capability and capacity per year for each NSN.

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





B. Repair Questions:




  1. Describe your capabilities and experience in developing/modifying repair or maintenance procedures. Include associated upgrade of technical orders and preparation of new technical orders. State the types of diagnostic and troubleshooting tools utilized for efforts such as this.

  2. Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the depot level repair and functional check of these or similar assets for Government Engineer review.

  3. Describe your capabilities and experience in test, evaluation, repair or maintenance procedures.

  4. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems?

  5. Discuss your process for addressing any fit, form, and or function issues that may arise out of this effort.

  6. Describe your process for maintaining inventory records and reporting on hand/work-in-process balances and repair status to your customer.

  7. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort.

    1. Provide an outline of the proposed process, including inspections.

      1. State the type of test procedures are anticipated for this effort.

      2. State the type of inspection processes anticipated for this effort.

        1. NDI/T.

        2. Destructive testing/inspection.









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



9. If the item cannot be repaired in total, state what your organization can repair.



10. State any technology insertion ideas for the item that would be suitable for this effort.



11. Discuss any reverse engineering or item replacement opportunities that may be present.



C. Commerciality Questions:




  1. Are there established catalog or market prices for our requirement?

  2. 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?

  3. Is our requirement offered to both under similar terms and conditions? Briefly describe any differences.

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



D. Engineering Services Questions



(Engineering, advisory & assistance services, contractor logistic support, and other services not listed)




  1. Describe your services capabilities and experience with regard to the requirements of this effort.

  2. Describe your capabilities and experience in developing/modifying procedures. Include associated upgrade of technical orders and preparation of new technical orders.

  3. Demonstrate your ability and experience for the same or similar services, which are currently provided in the commercial and/or military environment by providing the following information on the same or similar items:

    1. Contract Number

    2. Procuring Agency

    3. Contract Value

    4. Services Provided




















Attachments/Links
Contact Information
Contracting Office Address
  • CP 478 926 6962 235 BYRON ST STE 19A BLDG 231
  • ROBINS AFB , GA 31098-1670
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Sep 12, 2022 01:53 pm EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >