Description
Description(s): SOURCES SOUGHT FOR REPAIR AND CALIBRATION SERVICES OF ROHDE & SCHWARZ SPECTRUM ANALYZERS THIS IS A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPISIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.). PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST. 1. Purpose. This is a Sources Sought in support of Market Research being conducted by the United States Air Force to identify potential sources for obtaining depot-level repair and calibration services for three (3) non-operational Rohde & Schwarz FSV40-N Signal and Spectrum Analyzers. 2. Requirement. The contractor shall provide all necessary labor, parts, materials, facilities, and transportation required to perform depot-level repair, adjustment, modification, and calibration on three government-owned signal analyzers. The objective is to restore each unit to a like-new, fully functional condition that meets all original equipment manufacturer (OEM) specifications and to provide a comprehensive warranty for the entire unit. The contractor shall perform the following for each of the three units: Task 1: Evaluation and Repair: Conduct a full diagnostic evaluation to identify all faults and perform a "Standard Price Repair" to restore each unit to full functionality. This includes replacing any failed or degraded components. Task 2: System Updates: Implement all mandatory preventive maintenance procedures and reliability modifications as specified by the OEM (Rohde & Schwarz). Task 3: Calibration and Verification: Perform a full calibration of each unit within an ISO 9001-certified facility. The calibration process must align with IEC/ISO 17025 standards and utilize a non-binary decision rule with guard-banding (compliant with ILAC-G8). Verify complete product specifications and provide documented test results demonstrating the unit meets all "like-new" OEM performance parameters. 3. Information requested. The Government requests interested offerors that can fully support this requirement furnish the following information: a. Company name, SAM Unique Entity ID (UEI) and Cage Code, address, points of contact, phone numbers and e-mail addresses. b. Information should include a brief description of experience in providing the services specified above. The information package must be clear, concise, and complete. The Air Force is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request. c. Identification of business size (small or large) and identify the socioeconomic disadvantaged category, as defined in RFO 19 and currently listed in the …
Classification
Place of Performance
Contracting Office
Contacts