The RFP Database
New business relationships start here

RFI - AN/ARC-222 V2 (MX-626K) Receiver Transmitter


Georgia, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

(RFI)
AN/ARC-222 V2 (MX-626K) Receiver Transmitter


CAUTION:


The Government is conducting market research to identify potential sources that possess the repair expertise, capabilities, and experience to meet qualification requirements to repair the AN/ARC-222 V2 (MX-626K) Receiver-Transmitter. The Air Force Sustainment Center's Services Contracting Office will serve as the procuring organization. The level of security clearance and the amount of foreign participation has not been determined.


NSN PN NOUN
5821-01-483-3248 902449-801 Receiver-Transmitter


The Repair Method Code (RMC) is "R3." The Repair Method Suffix Code (RMSC) is "D", which means if the data needed to complete contract repair is not physically available, it cannot be obtained economically, nor is it possible to draft adequate specification or any other adequate, economical description of the repair for a competitive solicitation. The Government has determined that this system is military unique item and no commercial item exists that is equivalent in nature.


The Government does not own or have access to the complete technical data package(s) for competitive procurement to purchase or repair this item. The Government has determined that this system is a non-commercial item. All engineering and pertinent technical data pertaining to this item is proprietary.


The Government anticipates this requirement to be sole source to Raytheon. Largo, FL, CAGE Code (00724).


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. Samples are not available for evaluation to respond to this Request for Information.


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.


The Government has Government Purpose Rights in accordance with DFARS 252.227-7013 for this item.


The Government does not intend to award a contract on the basis of this RFI.
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. The document(s) below contain a description of the ARC-222 requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company's capability.


2. If, after reviewing these documents, you desire to participate in the request for information, 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 relative to this market survey should be addressed to the PM, Karen Ludwig, 478-327-5082.


 


 


 


 


 



RECEIVER-TRANSMITTER, 5821-01-483-3248
FOR THE ARC-222


 


PURPOSE/DESCRIPTION


The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to repair the Receiver-Transmitter for the ARC- 222 components listed below:


NOUN NSN P/N
Receiver-Transmitter 5821-01-483-3248 902449-801


This requirement is for repair services. Our repair services strategy is a three-year contract (basic plus two option years) and will continue through FY2020. The projected quantities will be Best Estimated Quantities (BEQ) of 40 per year.


The Government's need for repair services are required in order to support several versions of the C-130. The AN/ARC-222 provides Very High Frequency (VHF) Single Channel Ground and Air Radio System (SINGCARS) communication for airborne operations; air traffic control contact with surface-based systems during over-water missions and direct contact with Electronic Counter Countermeasures (ECCM) equipped forces. This modification added 8.33 KHz channelization to the USAF's version of the AN/ARC-222 (MXF-626B), which changed the radio's family designation to MXF-626K and provides channel spacing for European air traffic control capability.


 


 


CONTRACTOR CAPABILITY SURVEY
AN/ARC-222 (MX-626K), Receiver-Transmitter, 5821-01-483-3248, 902449-801



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: 811213 - Communication 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)
• 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 31 May 17. Please mail two (2) copies of your response to:


407 SCMS/GULA
Attn: Karen Ludwig
Program Manager
235 Bryon St., STE 19A
Robins AFB GA 31098-1600


Questions relative to this market research should be addressed to Karen Ludwig, 478-327-5082.


 


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 experience in repairing the ARC-222 (Part Number/NSN listed above) or like items.


4. 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.


5. 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.


6. What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.).
a. Provide a detailed quality plan implementing AS9100 (or equivalent).



B. Repair Questions:


1. Describe your capabilities and experience in repairing existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment.


2. Describe your capabilities and experience in developing/modifying repair or maintenance procedures. Include associated upgrade of technical orders and preparation of new technical orders.
a. State the types of diagnostic and troubleshooting tools utilized for efforts such as this.
3. Demonstrate your ability and experience in repair of the same or similar components 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


4. 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.


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


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


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


8. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort.
a. Provide an outline of the proposed process, including inspections.
i. State the type of test procedures are anticipated for this effort.
ii. State the type of inspection processes anticipated for this effort.
1. NDI/T.
2. Destructive testing/inspection.


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


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


C. Commerciality Questions:


Not Applicable - (this item is military unique and no commercial equivalent item is known to exist).


D. Manufacturing Questions


Not Applicable - (this contract is for repairs only).


E. Services Questions


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:
a) Contract Number
b) Procuring Agency
c) Contract Value
d) Services Provided


4. Describe your capabilities and experience in any required test, evaluation, and repair processes/procedures with regard to the required items.


5. Describe how you/your organization will identify and resolve parts obsolescence and diminishing manufacturing sources problems?


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


7. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer as required.


8. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. Provide a test plan and acceptance procedures.


9. If your company can not perform the entirety of the requirement what part could or would your company be able to perform. Provide specific info on what could be broken out for your company's performance.


Edwin Prime, Contract Specialist, Phone 478-926-7121, Fax 478-222-0584, Email edwin.prime.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP