Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOURCES SOUGHT

99 -- REPAIR OF TPA-81A ENHANCED TRAFFIC COLLISION AVOIDANCE SYSTEM (ETCAS)

Notice Date
4/7/2021 6:27:30 PM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA8539 AFSC PZABA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8539-21-RFI_ETCAS
 
Response Due
4/23/2021 1:00:00 PM
 
Archive Date
05/08/2021
 
Point of Contact
Allan Pratt, Phone: 4789267434
 
E-Mail Address
allan.pratt.1@us.af.mil
(allan.pratt.1@us.af.mil)
 
Description
Request for Information (RFI) for the TPA-81A Enhanced Traffic Alert and Collision Avoidance System (ETCAS) (NSN: 5841-01-470-8036) (P/N: 066-50000-2930) PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the repair data, expertise, capabilities, and experience to meet qualification requirements to repair/overhaul the TPA-81A Enhanced Traffic Alert and Collision Avoidance System (ETCAS) line replaceable unit (LRU) for use by KC-135 and C-130 platforms. This service includes ensuring that no changes will be made to the form, fit, and function of the assets. Our repair strategy is a five-year contract (basic plus four ordering periods) The approximate ETCAS demand is detailed below: FY21 � 360 ea. FY22 � 170 ea. FY23 � 130 ea. FY24 � 180 ea. FY25 � 180 ea. Optional 6 month extension � 100 ea. (if option is needed) ETCAS is a system used on the Air Force KC-135 and C-130 aircraft to reduce the incidence of mid-air collision between aircraft. TCAS monitors the airspace around an aircraft for other aircraft equipped with similar active transponders, independent of air traffic control. The ETCAS was designed by Honeywell, Commercial and Government Entity (CAGE) Code 22373. The overhaul instruction is proprietary. The Air Force is the Primary Inventory Control Activity (PICA) for ETCAS. No organic repair capability exists. The NSN has a Repair Method Code (RMC)/Repair Method Suffix Code (RMSC) that indicate a competitive source requirement exists.� The NSN is RMC �R1� means suitable for competitive repair for the second or subsequent time.� RMSC �Z� means the part is a commercial / non-developmental / off-the-shelf item. Commercial item descriptions, commercial vendor catalog or price lists or commercial manuals assigned a technical manual number apply. Repair of ETCAS will be performed to the component maintenance level 3 (replace/repair basic part) as identified in Honeywell�s Component Maintenance Manual with Illustrated Parts List. The technical data required to perform repair can be obtain at www.myaerospace.honeywell.com. No samples are available for a potential supplier 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. Honeywell is the OEM of ETCAS and is fully capable of repairing the system. They have full repair capability for major commercial and military aircraft. Honeywell is the current repair contractor for ETCAS. 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. FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997) applies to this request for proposal: The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited except as provided in subsection 31.205-18 Bid and Proposal (B&P) Costs of Federal Acquisition Regulations. 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. This solicitation is issued for the purpose of conducting market research to identify potential sources that possess the repair data, expertise, capabilities, and experience to meet qualification requirements to repair the TPA-81A Enhanced Traffic Alert and Collision Avoidance System (ETCAS). The Government has determined foreign participation is not permitted INSTRUCTIONS 1.�������� Below is a Contractor Capability Survey and a draft Performance Based Work Statement (PWS). 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, Allan Pratt (allan.pratt.1@us.af.mil), 478 926-7434. CONTRACTOR CAPABILITY SURVEY TPA-81A Enhanced Traffic Alert and Collision Avoidance System (ETCAS) 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:� 334511���� ������ 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 23 April 2021. Please mail two (2) copies of your response to: AFSC/407 SCMS/GULB Attn: Allan Pratt Bldg 300 235 Bryon St., STE 19A Robins AFB GA 31098 Part II. Capability Survey Questions General Capability Questions: 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. 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). Describe your company�s experience in repairing the Part Number/NSN listed above that is the TPA-81A Enhanced Traffic Alert and Collision Avoidance System (ETCAS). 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. 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. What quality assurance processes and test qualification practices does your company employ?� Provide a description of your quality program (ISO 9001, AS9100, etc.). Provide a detailed quality plan implementing AS9100 (or equivalent). 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.� The Government does not currently have access to the technical data packages.� The Contractor must have the capabilities to access the pertinent technical data for repairs, successfully provide technical support and contract program management and repair and parts service for the designated TPA-81A Enhanced Traffic Alert and Collision Avoidance System (ETCAS) Line Replaceable Unit (LRU) and return to the Government (or designated inventory) in serviceable condition that meets or exceeds the manufacturer specification.� Repair Questions: Describe your capabilities and experience in repairing existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment. 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. Demonstrate your ability and experience in repair of the same or similar components, which are currently in use on commercial or military aircraft by providing the following information on the same or similar items: Contract Number Procuring Agency Contract Value Number of assets shipped 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. Describe your capabilities and experience in test, evaluation, repair or maintenance procedures. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? Discuss your process for addressing any fit, form, and or function issues that may arise out of this effort. Describe your process for maintaining inventory records and reporting on hand/work-in-process balances and repair status to your customer. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort. Provide an outline of the proposed process, including inspections. State the type of test procedures are anticipated for this effort. State the type of inspection processes anticipated for this effort. NDI/T. Destructive testing/inspection. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. If the item cannot be repaired in total, state what your organization can repair. State any technology insertion ideas for the item that would be suitable for this effort. 13. Discuss any reverse engineering or item replacement opportunities that may be present. Commerciality Questions: Is there established catalog or market prices for our requirement? 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? Is our requirement offered to both under similar terms and conditions?� Briefly describe any differences. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4fca759de9684ee2ae2d9a6b14334294/view)
 
Record
SN05965621-F 20210409/210407230119 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.