SOLICITATION NOTICE
66 -- TEST SET, NAVIGATION
- Notice Date
- 1/23/2012
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8532-12-R-30674
- Archive Date
- 3/23/2012
- Point of Contact
- Krystle V. Sanders, Phone: 478-222-1913, Kathryn G Canady, Phone: 478-222-1905
- E-Mail Address
-
Krystle.Sanders@robins.af.mil, Kathryn.Canady@robins.af.mil
(Krystle.Sanders@robins.af.mil, Kathryn.Canady@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This acquisition is to establish a firm-fixed price Requirements Type contract for NSN 6625-21-914-1650RH (Part Number ADI-20203-001), Test Set, Navigation, applicable to Microwave Landing Systems (MLS) installed on C-5, C-17, C-130, and KC-135 aircraft. The Navigation Test Set, also known as MLS Ramp Test Set, is a portable flight line test instrument that provides go/no go verification of installed MLS receivers. Approximate Dimensions: Length: 9.5 in, Width: 9.8 in, Height: 7.9 in, Weight: 12 lbs. This tester is electrical, and exercises the Azimuth, Back Azimuth, Elevation, Left and Right Clearance pulses, and Data Word receiving functions of the MLS receiver. Quantity: Basic year - 1-3 each (BEQ 3) and four (4) ordering periods with a best estimated quantity (BEQ) of 10 each. Orders may be issued for Air Force (AF) or Foreign Military Sales (FMS) requirements. Estimated date of award is 30 Jun 2012. Places of delivery: Various locations CONUS and OCONUS. DEL: 140 calendar days after receipt of each individual order. This effort is SOLE SOURCE to Air Data Inc. (3AH88) IAW FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Air Data Inc. is the original equipment manufacturer (OEM) and the only known source of supply. All technical data rights are proprietary to the OEM. The Government does not possess any data rights. Canadian Commercial Corporation (CCC) is the designated agency for contracts issued to Canadian contractors by the US Government. As such, any resultant award hereunder will reflect CCC as the awardee. It is anticipated that the RFP will be issued on or about 7 February 2012. RFP WILL NOT BE POSTED TO FBO. HOWEVER, IF YOU DESIRE TO RECEIVE A COPY, PLEASE ADVISE AND ONE WILL BE FURNISHED. THERE ARE NO DRAWINGS/DATA AVAILABLE. IAW FAR 5.207(c)(15)(i), All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. IAW FAR 5.207(c)(14)(ii), One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8532-12-R-30674/listing.html)
- Record
- SN02659220-W 20120125/120123234318-4d42c46118247648ff2f026e88dca92c (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |