Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 07, 2024 SAM #8320
SOLICITATION NOTICE

J -- HH-60W Ux Validator II Test Set Repair

Notice Date
9/5/2024 9:18:43 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
FA8552 AFLCMC WIU ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8552-24-R-0005
 
Response Due
10/3/2024 2:00:00 PM
 
Archive Date
10/18/2024
 
Point of Contact
Dominique Doyle, Contract Specialist, Hillary Souther, Contracting Officer
 
E-Mail Address
Dominique.doyle@us.af.mil, Hillary.souther@us.af.mil
(Dominique.doyle@us.af.mil, Hillary.souther@us.af.mil)
 
Description
5 September 2024 Please see the Request for Proposal (RFP) amendment (0001) to incorporate clauses. -------------------------------------------------------------------------------------------------------------------- 4 September 2024 This is a combined synopsis/solicitation�for�commercial products�or�commercial services�prepared in accordance with the format in�FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only�solicitation; proposals are being requested and a written solicitation has been included as an attachment for clarity. Solicitation Number: FA8552-24-R-0005 The above referenced solicitation number is used as a Request for Proposal. For clarify, applicable solicitation provisions and contract clauses can be found in the attached RFP. Please note some provisions and clauses have been tailored specific to this USG requirement. This may include FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.212-5. Applicable NAICS: 81210 Size Standard: $34M DO Rating: A7 This requirement is for the procurement of repair services of the following assets to support the HH-60W helicopter: NOUN� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �NSN� � � � � � � � � � � � � � � � � � � � � � �P/N T70X Engine Test Set� � � � � � � � � � � � � � � � � � � � � �4920-01-708-6006����������������� 18-1130-00 Ux Validator Series II Set� � � � � � � � � � � � � � � � � �4920-01-708-1967� � � � � � � � � �18-1110-00 Blade Burn Set� � � � � � � � � � � � � � � � � � � � � � � � � � � 4920-01-708-1968� � � � � � � � � �18-1140-00 Stab Position Sensor/Limit Switch Set� � � �4920-01-708-1966� � � � � � � � � �18-1150-00 This requirement is for repair services.� The Government�s repair services strategy is anticipated to be a ten-year contract (base plus nine option years) and will continue through FY34.� The projected quantities will be Best Estimated Quantities (BEQ) of 24 per year. NSN����������������������� ��� ��Basic������ Option 1����� Option 2����� Option 3����� Option 4����� 4920-01-708-6006���������� 6����������������� 6����������������� 6����������������� 6����������������� 6�������������� 4920-01-708-1967���������� 6����������������� 6����������������� 6����������������� 6����������������� 6�������������� 4920-01-708-1968���������� 6����������������� 6����������������� 6����������������� 6����������������� 6������������� 4920-01-708-1966���������� 6����������������� 6����������������� 6����������������� 6����������������� 6�������������� NSN���������������������� ����Option 5��� Option 6����� Option 7����� Option 8����� Option 9����� Total 4920-01-708-6006���������� 6����������������� 6����������������� 6����������������� 6����������������� 6�������������� 60 4920-01-708-1967���������� 6����������������� 6����������������� 6����������������� 6����������������� 6�������������� 60 4920-01-708-1968���������� 6����������������� 6����������������� 6����������������� 6����������������� 6�������������� 60 4920-01-708-1966���������� 6����������������� 6����������������� 6����������������� 6����������������� 6�������������� 60 These numbers are strictly an estimate. There is no guarantee that outyear repairs in the quantities stated will be needed. Because this solicitation will result in an IDC requirements contract, and because the contract will be used to acquire work (e.g.,�repair, modification, or overhaul) on existing items of Government property, it is important to note that failure of the Government to furnish such items in the amounts or quantities described in the Schedule as ""estimated"" or ""maximum"" will not entitle the contractor to any equitable adjustment in price under the Government Property clause of the resultant contract. The required delivery of these repairable assets is 12 months after receipt of funded order. F.O.B. will be Destination with the desired ship to location of DLA at Robins AFB. The full address has been incorporated on the attached RFP for clarity. A commercial warranty is applicable to this requirement. The Government�s needs for repair services are required in order to ensure aircraft availability.�These test sets are used in conjunction with the Ux Validator II in order to test and verify�functionality of various displays, sensors and switches that are vital to proper and safe aircraft�performance. A lack of sufficient operational test sets leads to delays in aircraft maintenance�completion and extension of downtime. T70X Engine Test Set The T70X Engine Test Set enables the operator to simulate signals to the engine instrument display system. The T70X Engine Test Set connects to the aircraft through specialized adapter harnesses, hi-speed data cables, and system pods. The Ux Validator (not included in the set) provides interface and power for the test set and the display for the user. Ux Validator Series II Set The Series II Ux Validator Set is used with a variety of ULTRAX sets to test and troubleshoot aircraft systems and components.� Together with a system-specific ULTRAX set, the Series II Ux Validator Set enables the operator to provide simulated signals to a specific aircraft system or component and then monitor the resulting signals coming back to the set.� Based on the stimulus provided and the resulting outputs, the operator can determine whether an aircraft system or component is functioning properly. Blade Burn Set The Blade Burn Set is used to test the heater mats in the main and tail rotor blades of the H_60/S-70 helicopter.� The set connects to the blades through a hi-speed data cable, a pod, and, for the tail rotor, an adapter harness, all of which are included in the set.� The Ux Validator (not included in the set) provides interface for the set's components and a display for the user.� Stab Position Sensor/Limit Switch Set The Stab Position/Limit Switch Test Set, when used with an Ux Validator, allows the maintainer to verify, troubleshoot, and adjust the stabilator position sensor and limit switch settings while on either the aircraft or on the bench. This services action for repair/refurbish is to ensure the Ux Validator II and associated test sets are available for the maintenance of the HH-60W helicopter allowing for increased availability and flexibility and maintaining mission capable status.� The Government does not own or have access to the data for these items. The Government has determined that the previous version of this system is a commercial item. A determination on this version has not yet been made. Per authority 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, this sole source requirement will be procured from the following company: Ultrax Aerospace, Inc. 4200 NE Sun Court Lees Summit, Missouri 64064-2245 CAGE: 07PR7 Proposals may be submitted via e-mail and are to be submitted to the following: Dominique Doyle, Contract Specialist Dominique.doyle@us.af.mil Hillary Souther, Contracting Officer Hillary.souther@us.af.mil Proposals are due: 5:00PM EDT on 3 October 2025 Early proposal deliveries are acceptable and preferred.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/437353edc81e4446b5efbef57f872b1e/view)
 
Place of Performance
Address: Lees Summit, MO 64064, USA
Zip Code: 64064
Country: USA
 
Record
SN07199307-F 20240907/240905230119 (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.