Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2022 SAM #7575
SOLICITATION NOTICE

J -- Interim Contract Support For HH- 60G Digital Inter-Communication Systems (DICS)

Notice Date
8/25/2022 7:12:59 AM
 
Notice Type
Presolicitation
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
FA8552 AFLCMC WIUKB RW ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8552-22-R-0004
 
Response Due
10/12/2022 2:00:00 PM
 
Archive Date
04/12/2023
 
Point of Contact
SHAMIEKA GILMORE WILLIAMS, Erica Carter
 
E-Mail Address
shamieka.gilmore-williams@us.af.mil, erica.carter.3@us.af.mil
(shamieka.gilmore-williams@us.af.mil, erica.carter.3@us.af.mil)
 
Description
Intercommunication System (ICS) Digital Interface Control Unit (DICU) PN: 899-3100-017, NSN: 5895-01-620-0416 installed on 21 United States Air Force (USAF) HH-60G Pave Hawk helicopter. The DICU is a Line Replaceable Unit (LRU) within the ICS.� The ICU provides the system-wide digital audio integration and distribution matrix for all platform communication assets.� All routing and distribution is accomplished by means of a digital switching matrix contained within the ICU with directly routed channels required for emergency operation.� The system includes growth capability to accommodate optional mezzanine boards for various aircraft data bus options such as Ethernet or MIL-STD-1553 and audible caution/warning signal generation.� The ICU is the integration component to which all the radios, audio inputs, warnings and aircraft interfaces are connected. Additionally, the DICS components requiring Interim Contract Support includes the Low Profile Control Audio Panel (LPCAP) NSN: 5895-01-620-0313, P/N: 899-1200-003 and Integrated Aircraft Interface Unit (IAIU) NSN: 5895-01-694-6891, P/N: 780-1200-001-CF0095-M32. The proposed contract action is for Interim Contract Support services for which the Government intends to negotiate and award a sole source contract to Telephonics. This is in accordance with Federal Acquisition Regulation (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 of proposal, which shall be reviewed by the U.S. Government. A determination by the Government to not compete this proposed contract action will be based upon responses to this notice is solely within the discretion of the Government. In accordance with Air Force Instruction (AFI) 16.201, foreign participation is not permitted at the prime contractor level. All potential offerors should contact the Contracting Specialist/Procuring Contracting Officer identified above for additional information, questions, and/or concerns regarding solicitation. The period of performance for this contract will consist of one (1) 12-month basic contract with 4 (1) year options with anticipated award date �of 14 Nov 2022. Firm Fixed Price and Cost Reimbursement No Fee are the anticipated pricing arrangements Place of Performance: Anticipated multiple locations.� These services will be performed at the contractor or subcontractor�s facility, Government facility, or other locations as required. NO TELEPHONE REQUESTS WILL BE HONORED
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b83fe70038d54d5da11f37a3d744e7ca/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06440704-F 20220827/220825230124 (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.