SOLICITATION NOTICE
66 -- AN/PLM-4 Radar Signal Simulator (RSS) - Package #1 - PBWS
- Notice Date
- 4/5/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8533-18-R-0496
- Archive Date
- 6/5/2018
- Point of Contact
- Victoria K. McDaris, , Benjamin W. Wilton,
- E-Mail Address
-
victoria.mcdaris@us.af.mil, benjamin.wilton@us.af.mil
(victoria.mcdaris@us.af.mil, benjamin.wilton@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Contract Data Requirements List A011 Contract Data Requirements List A001 thru A010 and A012 thru A016 Quality Assurance Surveillance Plan Government Furnished Property (GFP) Request For Proposal (RFP) This notice is to provide information for an upcoming Repair and Production requirement for the AN/PLM-4 Radar Signal Simulator (RSS). Applicable National Stock Numbers (NSNs) for this effort are as follows: 6625-01-497-7780EW, 6625-01-521-6099EW, 6625-01-521-2256EW, 6625-01-516-8238EW, 6625-01-533-2767EW, 6625-01-533-4046EW, 6625-01-533-4055EW, 6625-01-533-4025EW, 6625-01-533-4038EW. Repairs required for this requirement will be at a depot level. Repair is required for failed AN/PLM-4 RSS accessory kits and boxes applicable to the following airframes: A-10A, C-130H, F-15D, F-16D, HC-130P, HH-60, B-1B, F-22, F-15E, AC-130H, MC-130E, E-3, B-2, F-15A, F-16A, AC-130U, MC-130P, EC-130H, B-52H, F-15B, F-16B, EC-130E, MH-53, MH-53, MC-130H, C-130E, F-15C, F-16C, HC-130N, and CV-22. Repair is applicable to the following NSNs: 6625-01-521-6099EW, 6625-01-521-2556EW, 6625-01-533-2767EW, 6625-01-533-4046EW, 6625-01-533-4055EW, AND 6625-01-533-4038EW. Production is only applicable to the following NSNs: 6625-01-497-7780EW, 6625-01-516-8238EW, and 6625-01-533-4055EW. This requirement will have a 7 year period of performance inclusive of a six (6) month basic period of performance, six (6) 12 month option periods, and one (1) six month extension of services inclusive of option for increased quantity on separately priced line items. This requirement will be Firm Fixed Price and will also include Not Separately Priced (NSP) data CLINS. Destination is Robins Air Force Base, Georgia Turn-around time (TAT) is 120 days after receipt of a funded order. This is a sole source requirement to the following source: Harris Corporation (CAGE 91417) 2400 Palm Bay Road NE Palm Bay, FL 32905 This sole source requirement is pursuant to 10 U.S.C. 2304 (c)(1) as implemented by FAR 6.302-1, Only one responsible source, and no other supplies or services will satisfy agency requirements. However, all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the Agency. Please be advised that there is NO TECHNICAL DATA AVAILABLE and is proprietary to the identified source above. Foreign participation is not allowed. The referenced solicitation is anticipated to be released on 3 APR 18. All questions and submissions in reference to this requirement shall be submitted in writing through AMRDEC to the following: Ms. Victoria McDaris: victoria.mcdaris@us.af.mil Mr. Benjamin Wilton: benjamin.wilton@us.af.mil NO TELEPHONE QUESTIONS WILL BE ACCEPTED IN REFERENCE TO THIS REQUIREMENT. Failure to comply with Federal Acquisition Regulation (FAR) guidelines, FAR subparts, and instructions outlined herein may result in submissions being deemed as non-responsive by the Procurement Contracting Officer (PCO). For more information, see attachments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8533-18-R-0496/listing.html)
- Record
- SN04880120-W 20180407/180405231529-ae1eab9511519b6e671ea60a8bf9c0d8 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |