Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2022 SAM #7505
SOLICITATION NOTICE

J -- Repair of the Navigation Controls on the TH-IH helicopter

Notice Date
6/16/2022 9:57:25 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA8524 AFSC PZAAA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8524-22-R-0021
 
Response Due
7/15/2022 12:30:00 PM
 
Archive Date
07/30/2022
 
Point of Contact
Howard George, Phone: 4782132657
 
E-Mail Address
howard.george@us.af.mil
(howard.george@us.af.mil)
 
Description
� � � � � � � � � � � � � � � � � � � � Combined Synopsis/Solicitation for Navigation Controls TH-IH helicopter � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � FA8524-22-R-0021 THIS ACQUISTION APPROACH WILL BE FULL AND OPEN COMPETITION. THIS WILL BE A 5 YEAR FIRM- FIXED PRICE INDEFINITE QUANTITY INDEFINITE DELIVERY TYPE CONTRACT WITH FIVE ONE YEAR ORDERING PERIODS FOR THE FOLLOWING: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart12.6, as supplemented with additional information included in this notice. This requirement is for the depot level repair of the Navigation Controls on the TH-IH helicopter. This part utilizes Very High Frequency (VHF) Omni-Directional Range (VOR), which is a type of short-range radio. The navigation signal allows the airborne receiving equipment to determine a bearing/heading. National Stock Number (NSN) assets are listed below: NSN Part Number Nomenclature Weapon System NSN: 5826-01-320-0540; PN: 066-01078-0010; Navigation Controls. The extent of repair work required shall be determined by the initial inspection/ functional checkout and the disassembly/assembly required to return items to a serviceable condition that shall efficiently serve their 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 notice advises offers to include a completed copy of the provision at FAR 52.212-1; Instructions to Offerors-Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The clause at FAR 52.212-4, Contract Term and Conditions-Commercial Items, applies to this acquisition. This effort will be executed as a Firm Fixed Price Indefinite Delivery Contract (IDC) 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 31 calendar days After Receipt of Order (ARO) or Reparable Assets, whichever is Later. The RFQ will be posted to the SAM.GOV website on or around 12 to 14 June 2022. Electronic procedures will be used for this solicitation at www.sam.gov only. NO TELEPHONE REQUESTS WILL BE HONORED and no hard copies will be mailed out. This is acquisition approach will be full and open competition. All questions regarding the RFP must be submitted in writing to Howard.George@us.af.mil. No telephones inquiries. Anticipated award date is Aug 2022. Duration of Contract Period is 5 years. V
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ce1a82f573634a248603b9c9e230ed81/view)
 
Record
SN06360582-F 20220618/220616230115 (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.