Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 23, 2020 SAM #6629
SOLICITATION NOTICE

J -- APY 1/2 Radar Components Repair

Notice Date
1/21/2020 9:46:56 AM
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA8539 AFSC PZABA ROBINS AFB GA 31098 USA
 
ZIP Code
31098
 
Solicitation Number
FA8539-20-R-0007
 
Response Due
2/20/2020 1:00:00 PM
 
Archive Date
03/06/2020
 
Point of Contact
Samuel Williams, Phone: 478-926-1962
 
E-Mail Address
samuel.williams.1@us.af.mil
(samuel.williams.1@us.af.mil)
 
Description
This synopsis is to announce that the Warner Robins Air Force Sustainment Center (WR-AFSC), Robins AFB GA, intends to solicit Northrop Grumman Systems Corporation 1580A W Nursery Rd. Linthicum Heights, MD, 21090-2202 (CAGE: 97942). The statutory authority permitting other than full and open competition is 10 U.S.C. 2304(c)(1). This action will result in the award of a new contract which will be a Firm Fixed Price (FFP), Requirements Indefinite Delivery Contract (IDC) contract with a one year ordering period. A solicitation will be issued on or about 8 February 2020. This requirement is for Test, Tear-Down, and Evaluation (TT&E), repair, calibration, and testing for multiple radar components of the APY-1/2 surveillance radar system used on the E-3 Airborne Warning and Control System (AWACS) aircraft.� This effort will consist of TT&E and repair tasks associated with the following components:� Receiver Assembly, NSN: 5841-01-117-8555; Phase Shifter Detection Unit (PSDU), NSN: 5841-01-597-5751CW; and Microwave Receiver, NSN: 5841-01-452-0822.�� These APY-1/2 radar components are used for controlling and monitoring the operation and performance of the APY-1/2 systems. This requirement includes all tasks required for planning, testing and support to return unserviceable, exchangeable units of the system to a serviceable condition for return to Air Force Supply. This effort includes all labor, material, quality systems, services, facilities, and replacement parts necessary to return unserviceable assets to �serviceable� condition end items along with the necessary engineering support to investigate Deficiency Reports (DR) for non-performing items for the sustainment of the E-3 AWACS platforms. This synopsis is NOT to be construed as a commitment by the Government or as a Request for Proposals. Interested parties may identify their interest and capability by submitting a Statement of Capabilities to Mr.�Samuel Williams�at samuel.williams.1@us.af.mil. A determination by the Government whether or not to compete the contract based upon an assessment of responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether or not to conduct a competitive procurement. In accordance with FAR 5.207(c)(16)ii, all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. It is suggested that small business firms or other interested in subcontracting opportunities in connection with this described procurement should contact the firm listed. An Ombudsman has been appointed to address concerns from offerors or potential offerors not sufficiently addressed by the Contracting Officer. The Ombudsman does not diminish the authority of the Contracting Officer, but communicated contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation or selection process. Interested parties are invited to call the Warner Robins ALC Ombudsman, Mr. Timothy Inman, WR-ALC/PKC, at (478)222-4097. DO NOT CALL THIS NUMBER FOR SOLICITATION/INFORMATION REQUESTS.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/579a0973fb6c4657b311e8ed9278ed3d/view)
 
Place of Performance
Address: Linthicum Heights, MD 21090, USA
Zip Code: 21090
Country: USA
 
Record
SN05539146-F 20200123/200121230141 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.