Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 21, 2023 SAM #7815
SOLICITATION NOTICE

J -- AN/USM-670 Joint Service Combat System Tester (JSECST) Couplers

Notice Date
4/19/2023 1:39:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
FA8522 AFSC PZABB ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8522-23-R-0006
 
Response Due
6/5/2023 12:30:00 PM
 
Archive Date
06/20/2023
 
Point of Contact
Jane Schoch, Shea Hart, Phone: 4789721943
 
E-Mail Address
jane.schoch@us.af.mil, shea.hart@us.af.mil
(jane.schoch@us.af.mil, shea.hart@us.af.mil)
 
Description
This requirement is for a firm-fixed price contract with 5-(1) year Options for the repair of the AN/USM-670 Joint Service Electronic Combat System Test Couplers (JSECST).� There are several NSNs associated with this effort.� They are listed below along with their part numbers, descriptions, and quantities.� Each NSN includes a First Article, Test Plan, and Test Report. NSN� � � � � � � � � � � � � � � � � � � PN� � � � � � � � � � � � � � � � � � � � � � � � Description� � � � � � � � � � � � � � � � � �BEQ 5985-01-527-8468� � � � � � � � 38031-90500-2� � � � � � � � � � � � � � �Coupler Antenna� � � � � � � � � � � � � � �4 5985-01-527-5814� � � � � � � � 38031-90504-1� � � � � � � � � � � � � � �Coupler Antenna� � � � � � � � � � � � � � �12 6625-01-519-3847� � � � � � � � 38031-90202-1� � � � � � � � � � � � � � �Test Adapter� � � � � � � � � � � � � � � � � � 5 6625-01-519-3846� � � � � � � � 38031-90203-1� � � � � � � � � � � � � � �Test Adapter� � � � � � � � � � � � � � � � � � �7 6625-01-520-5108� � � � � � � � 38031-90204-1� � � � � � � � � � � � � � �Test Adapter� � � � � � � � � � � � � � � � � � �7 5985-01-519-8628� � � � � � � � 38031-90200-1� � � � � � � � � � � � � � � Antenna Coupler� � � � � � � � � � � � � � �3 6625-01-519-5715� � � � � � � � 38031-90201-1� � � � � � � � � � � � � � � Antenna Coupler� � � � � � � � � � � � � � �4 5985-01-520-3113� � � � � � � � 38031-90205-1� � � � � � � � � � � � � � � Antenna Coupler� � � � � � � � � � � � � � �4 5985-01-527-6489� � � � � � � � 202801504� � � � � � � � � � � � � � � � � � Antenna Coupler� � � � � � � � � � � � � � �3 5985-01-527-5819� � � � � � � � 38031-90505-1� � � � � � � � � � � � � � � Antenna Coupler� � � � � � � � � � � � � � 3 5985-01-539-1346� � � � � � � � 9601970009� � � � � � � � � � � � � � � � � Antenna Coupler� � � � � � � � � � � � � � �5 5985-01-538-0899� � � � � � � � 38031-40203-20� � � � � � � � � � � � � � Antenna Coupler� � � � � � � � � � � � � � �2 5985-01-527-7705� � � � � � � � 38031-90502-1� � � � � � � � � � � � � � � Antenna Coupler� � � � � � � � � � � � � � �3 5985-01-527-7702� � � � � � � � 38031-90500-1� � � � � � � � � � � � � � � Antenna Coupler� � � � � � � � � � � � � � �3 5985-01-538-8123� � � � � � � � 9601970003� � � � � � � � � � � � � � � � � Antenna Coupler� � � � � � � � � � � � � � � 5 5985-01-538-5529� � � � � � � � 9601970002� � � � � � � � � � � � � � � � � Antenna Coupler� � � � � � � � � � � � � � � 2 5985-01-537-8626� � � � � � � � 9601970004� � � � � � � � � � � � � � � � � Antenna Coupler� � � � � � � � � � � � � � � 3 5985-01-537-8402� � � � � � � � 9601970022� � � � � � � � � � � � � � � � � Antenna Coupler� � � � � � � � � � � � � � � 2 5985-01-537-9497� � � � � � � � 9601970005� � � � � � � � � � � � � � � � � Antenna Coupler� � � � � � � � � � � � � � � 5 6625-01-519-5436� � � � � � � � 38031-90301-1� � � � � � � � � � � � � � �Test Adapter� � � � � � � � � � � � � � � � � � �2 5985-01-481-6752� � � � � � � � 97060500� � � � � � � � � � � � � � � � � � � Antenna Coupler� � � � � � � � � � � � � � � 2 5985-01-535-7178� � � � � � � � 38031-40203-10� � � � � � � � � � � � � � Antenna Coupler� � � � � � � � � � � � � � �3� � � � � � � � � � The Basic is for the quantities listed above for each NSN (includes first articles).� Each NSN requires a First Article Test Plan (1 LO), and Test Report (1 LO).� The 5 (1) year Options have varying quantities based on need for future efforts.� The AN/USM-670 provides an end-to-end (ETE) functional testing capability to determine the status of Electronic Combat (EC) systems installed in or on operational aircraft. Offerors shall prepare their proposals in accordance with mandatory, explicit, and detailed instructions contained in the RFP, attachments, and Section L and M requirements.� All responsible Small Business sources may submit a proposal to be considered by the contracting agency. The Government will utilize the Past Performance Information Retrieval System (PPIRS), Excluded Parties List System (EPLS), and other Government databases to determine contractor status before evaluating proposals.� Proposals will be evaluated based on the criteria stated in the RFP. We anticipate release of the RFP on or around 03 May 2023 with an estimated response date of 05 June 2023.� The RFP and all attachments will be posted to the SAM.gov webpage. (www.SAM.gov).� If you have any questions or concerns related to this acquisition, contract the Contracting Specialist at email:� jane.schoch@us.af.mil or the Contracting Officer at email: shea.hart@us.af.mil.� The Government does not own the drawings and/or the data rights necessary to repair or manufacture this requirement.� AAI Corporation is the original equipment manufacturer of the USM-670 electronic test station and have retained the proprietary rights to the USM-670 technical Data Package.� All data for this weapon system is considered EXPORT CONTROLLED. NOTES: Hard copies of the solicitation will not be provided. You may, however, download and print the file from the website:� http://www.SAM.gov There is no fee for this solicitation. Included live working copy of the proposal in Excel Format. Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from the receiving contracts. Agencies also shall not consent to subcontract with these contractors. If the proposal cost/price exceeds the TINA threshold ($2M), contractors must submit certified cost or pricing data.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c7b1af7400c34dd48675d0e533924ad0/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN06655441-F 20230421/230419230113 (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.