The RFP Database
New business relationships start here

Repair of F-15 TISS


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

 

Request For Information (RFI)
Repair of F-15 TISS (Tactical Electronic Warfare Systems Intermediate Support System)

 

The Government is conducting market research to identify potential sources that may possess the expertise, capabilities, and experience to successfully meet the qualification requirements to repair NSNs 6130-01-563-9834KV, 6130-01-567-6365KV and 6625-01-572-8070KV to ensure full compatibility with the F-15 TISS (Tactical Electronic Warfare Systems Intermediate Support System).

 

Unclassified is the required level of security clearance and amount of foreign participation for this effort.

The only technical data the Government possesses on this part is a specification control drawing (not a "built to" drawing) and it is proprietary to the Boeing Company. The Boeing Company possesses the full Technical Date Package (TDP) for this part and to date is not willing to release data permissions or sell their data to the government.

 

Contractor shall furnish all material, support equipment, tools, test equipment, and services to repair the component NSNs identified in paragraph 1. 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 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.

 

 

 

 

INSTRUCTIONS:

•1.     The document (s) below contain a description of the F-15 TISS Test Station requirement and the 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 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 relative to this market survey should be addressed to the Program Manager (PM), Adam Oltjenbruns, adam.oltjenbruns@us.af.mil.  

 

PURPOSE/DESCRIPTION:
The Government is conducting a market research to identify potential sources that may possess the expertise, capabilities, and experience to successfully meet the qualification requirements to repair the F-15 (TISS) Tester A/C Power Supply, D/C Power Supply and Waveform Digitizer Test Module:

 


NOUN                                                NSN                                        P/N


A/C Power Supply                              6130-01-563-9834KV            68B049364


D/C Power Supply                              6130-01-567-6365KV            68B049361-101


Waveform Digitizer Test Module     6625-01-572-8070KV            68B049353

These items are located in Bay 1 of the F-15 TISS Test Station. The A/C and D/C Power supply provides power to the automatic test station and unit under test (UUT). The Wave Digitizer Test Module located within the VXI Mainframe provides waveform measurement and analysis for UUT. A/C Power Supply 6130-01-563-9834KV, D/C Power Supply 6130-01-567-6365KV and Waveform Digitizer Test Module 6625-01-572-8070KV are used for F-15 TISS.





 

A/C Power Supply - NSN: 6130-01-563-9834KV, PN: 68B049364, UUT A/C Power Supply 1A1A5- UUT Power. UUT power is supplied by the UAPTM for alternating current (A/C). UAPTM 1A1A5 converts 115 volt A/C, three-phase, 60 Hz, 50A power from the IPA into three independent UUT A/C or D/C stimuli. The output can be programmed at 16.0A per phase for programmed voltages between 0 and 115 VRMS and 1850 VA per phase for programmed voltages between 115 and 156 VRMS. Each phase can be applied simultaneously or independently under program control. The UAPTM also provides the 200Vdc required for UUT testing.

 

 

Applicable Technical Orders- 33D7-28-251-1 and 33D7-38-251-4

 

D/C Power Supply Assembly No. 2 A2A10 - NSN: 6130-01-567-6365KV, PN: 68B049361-101 Station D/C Power Supply Assembly No. 2 1A2A10 provides D/C power to the GPIU. The outputs are -2 Vdc, +5 Vdc, -5.2 Vdc, +6 Vdc, -12 Vdc, +12 Vdc, -15 Vdc, and +15 Vdc. Overvoltage and under voltage indicators are provided for each voltage output. A DFI signal is output if there is a fault.

 

 

 

Applicable Technical Orders - 33D7-28-251-1 and 33D7-38-251-4

 

Digitizer Storage Oscilloscope/Waveform Digitizer Test Module (WDTM) - NSN: 6625 01-572-8070KV, P/N: 68B049353 Provides waveform measurement and analysis on repetitive or non-repetitive pulsed, sine, triangular, ramp, and arbitrary waveforms and is mounted in VXI chassis. The WDTM is a two channel unit capable of the simultaneous acquisition of two input signals. An external trigger input signal can be switched to the WDTM by the GPIU. A record trigger signal can be output from the WDTM to the GPIU. The WDTM also uses a virtual display, the virtual display controls and indicators. This display is accessed by using the icon on the computer desktop. The virtual display provides a user interface to the WDTM. It works in conjunction with the MTE while running test programs or can be used to make the WDTM a stand-alone instrument.

 

 

 

Applicable Technical Orders - 33D7-28-251-1 and 33D7-38-251-4

Request For Information (RFI)
Repair of F-15 TISS (Tactical Electronic Warfare Systems Intermediate Support System)

CONTRACTING 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, no facsimiles or e-mails please, must be received no later than close of business 25 Jan 2018.  Please mail two (2) copies of your response to:

 

USAF/AFMC/AFSC/PZAAC

Attn:  Adam Oltjenbruns
235 Byron Street, Suite 19A
Robins AFB 31098-1600

 

 

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 Part Number/NSNs listed above that make up the F-15 TISS (Tactical Electronic Warfare Systems Intermediate Support System).


 

•4.     Describe your company's capabilities for generating, handling, processing and storing classified material and data.


 

•5.     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.


 

•6.     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.


 

•7.     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, which are currently in use on commercial or military helicopters 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.     Discuss your process for addressing any fit, form, and or function issues that may arise out of this effort.

 

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

 

•9.     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.

 

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

 

 

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


 


 


Charles H. Harris, Contracting Officer, Phone 4782223358, Email charles.harris.3@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP