SOLICITATION NOTICE
66 -- UH-1N Helicopter Terrain Avoidance Warning System (HTAWS) - Packaging Requirements - Performance Work Statement
- Notice Date
- 9/28/2018
- Notice Type
- Presolicitation
- 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
- FA8524-18-R-0020
- Archive Date
- 10/15/2019
- Point of Contact
- CoStella D. Edwards, Phone: 478-926-0167, Howard Carroll, Phone: 4789260152
- E-Mail Address
-
costella.edwards@us.af.mil, howard.carroll.1@us.af.mil
(costella.edwards@us.af.mil, howard.carroll.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Based Work Statement AFMC 158 Packaging Requirements This requirement is for the depot level repair of the Helicopter Terrain Avoidance Warning System (HTAWS), which is applicable to the UH-IN Helicopter. The NSN is 6605-01-597-4616GA and the P/N is SN3500-010N. The HTAWS is designed to display the flight plan data from a connected GPS receiver. The moving map database as well as the internal operating system software obtainable through vendor are field- loadable through the use of a computer equipped with a USB port and a USB capable version of Microsoft Windows 7.0 or higher. The extent of repair work required shall be determined by the initial inspection/ functional checkout and the disassembly/assembly required to return this item to a serviceable end item that shall efficiently serve its intended purpose. Original design of the end item and parts thereof, or the design functional capabilities of the end item, shall not be changed, modified or altered unless such changes are authorized in writing by the Procuring Contracting Officer (PCO). This effort will be executed as a Firm Fixed Price Requirements contract, consisting of a Basic and 4 annual ordering periods for a total of 5 years. The place of delivery is To Be Determined (TBD) and assets are due 30 days After Receipt of Order (ARO) or Reparable Assets, whichever is Later. Best estimated quantity (BEQ) for each Fiscal Year (FY) is 18 each. The RFP will be posted to the Federal Business Opportunities (FBO) website. Electronic procedures will be used for this solicitation at www.fedbizopps.gov only. NO TELEPHONE REQUESTS WILL BE HONORED and no hard copies will be mailed out. This is a sole source requirement that will be purchased from Sandel Avionics, Inc., CAGE 3T1Z4,in accordance with FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. All questions regarding the RFP must be submitted in writing to costella.edwards@us.af.mil with a copy to howard.carroll1@us.af.mil. No telephones inquiries. Anticipated award date is in FY19. Duration of Contract Period is 5 years.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8524-18-R-0020/listing.html)
- Record
- SN05110147-W 20180930/180928230802-2536a4a055209beed628cbe141c1a4a8 (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 |