Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 31, 2023 SAM #7947
SOLICITATION NOTICE

66 -- Repair of the Multiple Indicator on the UH-1N Helicopter

Notice Date
8/29/2023 11:53:59 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
FA852423R0013
 
Response Due
9/13/2023 12:00:00 PM
 
Archive Date
09/28/2023
 
Point of Contact
Vincent A. Mize, Phone: 478-284-3039, William D. Martin, Phone: 4789260059
 
E-Mail Address
vincent.mize@us.af.mil, william.martin.12@us.af.mil
(vincent.mize@us.af.mil, william.martin.12@us.af.mil)
 
Description
THIS ACQUISTION EFFORT WILL BE A SOLE SOURCE ACQUISITION. THIS WILL BE A 1 YEAR FIRM- FIXED PRICE CONTRACT USING FAR Part 12 COMMERCIAL PROCEDURES: This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This requirement is for the depot level repair of the Multiple Indicator that is part of the Helicopter Terrain Avoidance Warning System (HTAWS) NSN: 6605-01-597-4616GA, P/N: SN3500-010N; for UH-1N helicopter. The Multiple Indicator is a Critical Safety Item, an advanced microprocessor controlled airborne multipurpose electronic display, which 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 using a computer equipped with a USB port and a USB capable version of Microsoft Windows 7.0 or higher. The Multiple Indicator is highly specialized and has been uniquely designed by the OEM, Nighthawk Flight Systems, Inc., Cage 9DGB3. The current Repair Method Code (RMC/RMSC) code is R3/Z: RMC (R3) - Repair, for the second or subsequent time, directly from the actual manufacturer. RMSC Z. This part is a commercial/non-developmental/off-the-shelf item. Commercial item descriptions, commercial vendor catalog or price lists or commercial manuals assigned a technical manual number apply. 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). Inspection and Acceptance will be at F.O.B. Origin. Destination: Robins AFB, GA 31098-1887. Routine Delivery: 90 calendar days after receipt of order or reparable asset, whichever is later. 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. This is a sole source requirement to Nighthawk Flight Systems, Inc., CAGE Code 9DGB3. Located at 1370 Decision Street, Suite D, Vista, CA 92081, Authority: 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, Only one responsible source, and no other supplies or services will satisfy agency requirements. Data or rights are not owned by the Government for this solicitation. 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. Approximate response date is 13 September 2023 at 3:00 PM EST. All questions regarding the RFP must be submitted in writing to Vincent.Mize@us.af.mil with a copy to william.martin.12@us.af.mil . No telephones inquiries. Anticipated award date is 30 September 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dd93960471514c21bd6d9af0cf230109/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06811393-F 20230831/230829230106 (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.