MODIFICATION
J -- Repair of Avionics Components Applicable to the TH-1H Helicopter
- Notice Date
- 3/31/2026 9:41:24 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- FA8524 AFSC PZAAA ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA852426R0009
- Response Due
- 5/1/2026 12:30:00 PM
- Archive Date
- 05/16/2026
- Point of Contact
- Jessica Cobb, Phone: 4789735515, (PCO) Leigh Ann Taylor, Phone: 4782311259
- E-Mail Address
-
Jessica.cobb.3@us.af.mil, leigh.taylor.3@us.af.mil
(Jessica.cobb.3@us.af.mil, leigh.taylor.3@us.af.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in RFO subpart 12.2, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is not a small business or small business set-aside and the associated NAICS code is 488190. The solicitation document and incorporated provisions and clauses are those in effect through the Revolutionary Federal Acquisition Regulation Overhaul. Please review all clauses and provisions within the attached solicitation and ensure all Contractor fill-ins are complete at time of submission of proposal. Any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) shall be determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The Defense Priority and Allocation System (DPAS) rating is DO: A1C. This acquisition is to obtain a five (5) year firm-fixed-price, requirements type indefinite delivery contract. This acquisition is for the repair of the avionic components in support of the TH-1H helicopter. Repairs shall be completed according to the Performance Work Statement (PWS) in attachments. The period of performance shall consist of a basic one-year (1) period and four (4) one-year (1) subsequent ordering periods after contract award for a total of five (5) years. The following table shows the National Stock Numbers (NSNs) and Nouns of the assets solicited. Intercommunication Control - 5831-20-008-8789 - 3 Each National Airborne Technologies Audio Controller - 5895-20-004-4014 - 9 Each Cobham Control, Radio Set - 5821-01-474-2548 - National Airborne Technologies Alarm-Monitor - 6340-01-553-3324 - Cobham Receiver, Radio Navigation - 5826-01-553-2003 - Chelton Control, Direction - 5826-01-552-8996 - Cobham Receiver, Radio - 5821-01-552-8993 - Cobham Transceiver - 5821-01-474-2550 - Cobham Tuner, Radio Frequency - 5821-01-474-2547 - The current need for operational assets does not allow for unqualified sources to take the time necessary to reverse engineer each component to conduct a repair, therefore, sole source repair from the Original Equipment Manager (OEM) is recommended. Authority: RFO 12.201-1 � 10 U.S.C. 3572, Implementation of Simplified Acquisition Procedures (41 U.S.C. 1901). Due to lack of technical data, this effort will be sole source to: Chelton Avionics, Inc. DBA Canyon AeroConnect 6400 Wilkinson Drive Prescott, AZ 86301 CAGE: 1WZE2 Large Business SURGE and MICAP is 30 workdays after receipt of order or reparable, whichever is later. SURGE or MICAP delivery orders shall take precedence over routine repair, and the delivery schedule shall be adjusted accordingly based on concurrence between the Procuring Contracting Officer (PCO), Administrative Contracting Officer (ACO), and the Contractor. Over and Above CLIN 0034/1034/2034/3034/4034 is deemed in-scope for this effort; however, it will be unpriced at contract award. If the item is required to be added to the contract, then the Contractor shall submit to the Procuring Contracting Officer (PCO) a detailed quote and tear down report on each unit requiring Over and Above work and shall not proceed with any work until the Over and Above is approved, the basic contract is modified, and the Over and Above is funded on a Task Order.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/848f54ef727a4a2da83ee176bf4c4ee1/view)
- Place of Performance
- Address: Prescott, AZ 86301, USA
- Zip Code: 86301
- Country: USA
- Zip Code: 86301
- Record
- SN07762793-F 20260402/260331230040 (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 |