Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2012 FBO #3730
SOLICITATION NOTICE

16 -- Acquire contractor engineering services to upgrade the depot level repair capability for the Joint Helmet Mounted Cueing System (JHMCS) electronic unit (EU) -30 depot at WR-ALC.

Notice Date
2/8/2012
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
FA8523-12-R-31002
 
Archive Date
12/31/2012
 
Point of Contact
Maurice D. Randolph, Phone: 4789267487, Jason M Grizzard, Phone: (478)926-7443
 
E-Mail Address
maurice.randolph@robins.af.mil, jason.grizzard@robins.af.mil
(maurice.randolph@robins.af.mil, jason.grizzard@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Warner Robins Air Logistics Center will procure engineering services to allow organic depot repair capability for the Joint Helmet Mounted Cueing System AN/A24A-56 (JHMCS) -30 Single Seat Electronics Unit (EU-30) and Dual Seat Electronics Unit (EU-30) that support the F-15, F-16, and F-18 aircraft platform communities. NSN: 1270-01-563-4028AY Nomenclature: EU-30 Dual Seat P/N 620100-02-30 NSN: 1270-01-564-8181AY Nomenclature: EU-30 Single Seat P/N 620100-01-30 The contractor shall provide the resources, special test equipment, special tools, documentation, and initial on-site technical support services for the effort. This is a standalone effort that will improve services already activated at WR-ALC which provides repair services for the older EU configurations P/N 620100-01-21/-22/-23/-24 The period of performance will be a basic period of performance of 20 months after contract award, except as otherwise extended through the exercise of any one of the four options. The maximum period of performance of the contract will not exceed 48 months. Options have a variable duration and will expire 12 months after award of contract, but do not have to be awarded sequentially. Solicitation will be sole source to Vision Systems International, LLC (VSI) 641 River Oaks Parkway San Jose CA 95134-1907 (CAGE 06VL3) pursuant to 10 USC 2304(c)(1). Drawing packages are not available from the procuring activity. Parties interested in investigating potential subcontract opportunities are invited to contact Vision Systems International, Inc.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8523-12-R-31002/listing.html)
 
Place of Performance
Address: WR-ALC, Robins AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN02670414-W 20120210/120208234923-707826fc5a61e22af6d6872bc4eaff21 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.