SOLICITATION NOTICE
66 -- C-17 PSE - Test Set, Antenna
- Notice Date
- 5/3/2024 9:20:40 AM
- Notice Type
- Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- FA8526 AFLCMC WLMKA ROBINS AFB GA 31098-2428 USA
- ZIP Code
- 31098-2428
- Solicitation Number
- FA8526-24-Q-0021
- Response Due
- 5/24/2024 2:00:00 PM
- Archive Date
- 06/08/2024
- Point of Contact
- Emily Swartzmiller, Alexander Ko
- E-Mail Address
-
emily.swartzmiller@us.af.mil, alexander.ko.1@us.af.mil
(emily.swartzmiller@us.af.mil, alexander.ko.1@us.af.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The C-17 Program Management Office has a requirement that is for a firm-fixed price contract for one (1) NSN: 6625-01-519-8927, Test Set � Antenna, P/N: 17G683531-1, which includes one Frist Article, one Frist Article Test Plan, and one First Article Test Report. SECOMP-I (Secure Enroute Communications Package � Improved) is an enhanced capability that enables enroute mission planning and rehearsal (EMPR) for the C-17 aircraft. A means is required at the organizational and depot levels of maintenance to check the SECOMP-I Antennas for proper functions. The means must be able to measure voltage standing wave ration (VSWR) over the frequency ranges specified above. The means must be able to meet the following interface requirement: Roll-On communication Panel: ��������������� SATCOM HI &LO Connector P/N: 5D0179-4 (N Type Receptable, 50 OHM) ��������������� SATCOM GPS Connector P/N: 5D0471-1 (TNC Type Receptable, 50 OHM) ��������������� Connectors P/N (Lower Fuselage Portion of the Panel): 5D0179-4 (N Type Receptacle, 50 OHM) Aero-H Disconnect Panel: ��������������� 2314JE167 Connector (TX): SD48667 (N Jack Bulkhead) ��������������� 2314JE085 Connector (RX): M39012/28-0503 (TNC Receptacle) Delivery is FOB Destination with shipments in the continental United States. This requirement will be solicited as a Small Business Set-Aside. All responsible sources may submit a quotation which shall be considered by the 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 RFQ. All data for this system is considered EXPORT CONTROLLED. Proposals are due by 3 May 2024 by 5:00 PM EST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/40eaac84305f4a6686165d2eae2cb20d/view)
- Place of Performance
- Address: Warner Robins, GA 31098, USA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN07053047-F 20240505/240503230040 (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 |