MODIFICATION
59 -- Repair Of The Air Data Test Set (ADTS) - Amendment 1
- Notice Date
- 8/1/2018
- Notice Type
- Modification/Amendment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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
- FA8538-18-R-0012
- Point of Contact
- Christine O. Tomlinson,
- E-Mail Address
-
christine.tomlinson@us.af.mil
(christine.tomlinson@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Solicitation Amendment Please see attached amendment document dated 01 August 2018, which removes FAR 52.211-8 from the solicitation. Note revised response date. This effort will be limited competition between Northrop Grumman Systems Corporation, Kollsman, Inc., Testvonics Inc., and Lockheed Martin Corporation. The technical data is not available. This will be a Firm Fixed Price Requirements repair contract for depot level repair of the Air Data Test Set (ADTS) for the Electronic Systems Test Set (ESTS), AN/GSM-397. The National Stock Number (NSN) for the ADTS is 4920-01-550-2455 and the Part Number (PN) is 18906300001. BEST ESTIMATED QUANTITY (BEQ): basic and each option year period have a BEQ of 12 for “repair” and 26 for “calibration”. The Electronic Systems Test Set (ESTS) is an intermediate-level avionics tester, also used at the Depot, that detects and identifies faults in 50 F-15 three-level maintenance Line Replaceable Units (LRUs). ESTS replaces parts of six obsolete Avionics Intermediate Shop test set stations for the F-15. The Air Data Test Set (ADTS) is used in conjunction with the ESTS and Interface Test Adapter (6) to interface 2 LRUs to the ESTS station. This Performance-Based Work Statement (PWS) establishes the procedures that will be utilized to have the F-15 ESTS, ADTS (NSN 4920-01-550-2455; PN 18906300001) calibrated and/or repaired and tested, then returned to the Air Force to meet user demands and performance requirements. It defines workflow, repair turnaround times, quality control, configuration control, and data item submittals. There will be a line item for Repair, Calibration, Over and Above, Best Economical Repair, and No Fault Found. Authority for requirement is 10 USC 2304(c)(1) as implemented by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Electronic procedures will be used for this solicitation. Request a copy of the solicitation from the following website: http://www.fedbizopps.gov/ The complete solicitation package is attached. To respond to this solicitation/request for proposals, please submit a complete proposal package no later than close of business on 10 August 2018 via email to: Christine Tomlinson, christine.tomlinson@us.af.mi.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8538-18-R-0012/listing.html)
- Record
- SN05016489-W 20180803/180801231734-7611919fa2741dab1489f1c716079723 (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 |