Georgia Bids > Bid Detail

Tektronix for DA test Stations

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 49 - Maintenance and Repair Shop Equipment
Opps ID: NBD00159728151628025
Posted Date: Nov 21, 2022
Due Date: Dec 2, 2022
Solicitation No: 73283
Source: https://sam.gov/opp/85343c2cd1...
Follow
Tektronix for DA test Stations
Active
Contract Opportunity
Notice ID
73283
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
FA8571 MAINT CONTRACTING AFSC PZIM
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 21, 2022 05:42 pm EST
  • Original Response Date: Dec 02, 2022 05:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4920 - AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT
  • NAICS Code:
  • Place of Performance:
    Warner Robins , GA 31098
    USA
Description

Versatile Diagnostic Automatic Test Station (VDATS) Parts





The Government is conducting market research to identify potential sources that can provide VDATS parts to meet the Government’s requirements. The VDATS parts will be utilized by the 402d Electronics Maintenance Group (EMXG) Group in the manufacture of new VDATS stations. The level of security clearance and amount of foreign participation in this requirement has not been determined.





The Government has determined that these are commercial items. Commercial item descriptions, commercial vendor catalog or price lists or commercial manuals assigned a technical manual number apply.





The Contractor shall provide all parts, materials, tools, personnel, labor, and transportation required to deliver the VDATS parts.





The known sole source contractor for this effort is:





Tektronix, Incorporated CAGE: 80009



14150 SW Karl Braun Drive



Beaverton, Oregon 97077-001





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.





INSTRUCTIONS:






  1. The attached Purpose/Description document below contains a description of the VDATS parts requirement 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.






  1. Questions relative to this market survey should be addressed to the Program Manager, Brandi Morris via email at brandi.morris@us.af.mil





Versatile Diagnostic Automatic Test Station (VDATS) Parts





PURPOSE/DESCRIPTION



The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to provide VDATS parts to meet the Government’s requirements. The parts will be utilized by the 402d Electronics Maintenance Group (EMXG).





The required VDATS parts are as follows:





Part #



Description



QTY



MSO64BGSA-6-BW1000



Tektronix Oscilloscope with options: G-RL-2, MSO64B-BW-1000, G-MTM, MSO64B 6-WIN



12



RM5



Rack Mount for MSO



12



SUP6-WIN



SSD w/ Windows License



12



PN: TAP1500



1.5 GHz Active Probe



24



AFG31000-RMK



Rackmount Kit for AFG31K Series



12



AFG31102



Arbitrary Function Generator



12







All materials must be new, direct from the Original Equipment Manufacturer (OEM) in order to maintain performance specifications and configuration control. Tektronix, Inc. is the OEM for these parts:





Tektronix, Incorporated CAGE: 80009



14150 SW Karl Braun Drive



Beaverton, Oregon 97077-001





The Contractor shall provide special asset tags for the parts in accordance with MIL STD-130, DODI 8320.04, Item Unique Identification (IUID) Standards for Tangible Personal Property and DFARS 252.211-7703, Item Identification and Valuation.





The Contractor shall provide a standard commercial warranty on all parts and labor commencing from date of acceptance by the Government.





CONTRACTOR CAPABILITY SURVEY



VDATS Parts





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:



· Government Proposed North American Industry Classification System (NAICS) Code: _334515 Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals).



Based on the Government proposed 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)

  • System for Award Management (SAM) (Yes / No)

  • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).





IN ADDITION TO THE ABOVE:



1. Indicate if you are the manufacturer or provide the name and size of the manufacturer of the product(s) you will be supplying.



2. Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104.



3. Please provide recent sales history to commercial companies in order to determine commerciality.





Responses to the Capability Survey Part I and Part II must be received no later than close of business 02 Dec 2022. Please ensure data is in a readable electronic format that can be received through a firewall. Attachments shall not to exceed 10 MB per email. Multiple emails are acceptable. Responses must be sent via email to the following:



Program Manager, Brandi Morris, brandi.morris@us.af.mil



Questions relative to this market research should be addressed to the above.







Part II. Capability Survey Questions






  1. General Capability Questions:





1. Name of country where manufacturing takes place.





2. Describe briefly the capabilities of your facility and the nature of the products/services you provide.





3. Please list any previous Government contracts for this item: number and date, a brief description, agency/organization supported, and point of contact name and telephone number.





4. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement?





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






    1. Provide a detailed quality plan implementing AS9100 (or equivalent).








  1. Commerciality Questions:






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






  1. 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?






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






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








  1. Manufacturing Questions








  1. Demonstrate your ability and experience in the manufacture of the same or similar items, which are currently utilized in the commercial or military environment by providing the following information on the same or similar items:




  1. Contract Number

  2. Procuring Agency

  3. Contract Value

  4. Number of assets shipped





If the item cannot be manufactured in total, state what your org


Attachments/Links
Contact Information
Contracting Office Address
  • CP 478 926 7509 235 PERRY ST BLDG 255
  • ROBINS AFB , GA 31098-1672
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 21, 2022 05:42 pm ESTSources 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 >