Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2021 SAM #7235
MODIFICATION

J -- Repair of ATCALS Amplifier Subassembly & PX-153 Controller

Notice Date
9/20/2021 8:23:51 AM
 
Notice Type
Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
FA8119 AFSC PZABC TINKER AFB OK 73145-3015 USA
 
ZIP Code
73145-3015
 
Solicitation Number
FA8119-21-R-0014
 
Response Due
10/20/2021 1:00:00 PM
 
Archive Date
11/04/2021
 
Point of Contact
Roxanne Yorganson, Geoff Seay
 
E-Mail Address
roxanne.yorgason@us.af.mil, geoffrey.seay@us.af.mil
(roxanne.yorgason@us.af.mil, geoffrey.seay@us.af.mil)
 
Description
The United States Air Force (USAF) through Air Force Sustainment Center (AFSC) at Tinker AFB is issuing a competitive solicitation for Test, Teardown, and Evaluation (TT&E) and Repair Services for Air Traffic Control and Landing Systems (ATCALS) Amplifier Subassembly and PX153 Controller. USAF anticipates the award of one (1) requirements type contract (FAR 16.503). See the attached solicitation document for further details. � In Accordance with FAR 5.207(c): ����������(1)�National Stock Number (NSN): Amplifier Subassembly (NSN: 5996-01-594-1973 P/N: A31863-001) and PX153 Controller (NSN: 5895-01-592-8999 P/N: A32222-000). �����������(2)�NSNs are subject to the RQR-848 approved listing on 19 June 2017 (valid through 19 June 2024). This listing and qualification procedures can be found at https://www.tinker.af.mil/Home/429SCMS-SASPO/ �����������(3)�Manufacturer, including part number, drawing number, etc.: See solicitation document. �����������(4)�Size, dimensions, or other form, fit or functional description: See solicitation document. �����������(5)�Predominant material of manufacture: See solicitation document. �����������(6)�Quantity: See See solicitation document. �����������(7)�Unit of issue: EA �����������(8)�Destination information. See solicitation document �����������(9)�Delivery schedule. See solicitation document �����������(10)�Duration of the contract period. Estimated 5 years + 6 months �����������(11)�Sustainable acquisition requirements: n/a �����������(12)�For a proposed contract action in an amount estimated to be greater than $25,000 but not greater than the simplified acquisition threshold: n/a �����������(13)�For Architect-Engineer projects and other projects for which the product or service codes are insufficient: n/a �����������(14)�Buy American: n/a �����������(15)�THIS EFFORT INTENDED FOR APPROVED SOURCES ONLY. Current approved sources are Raytheon Company and ETM-Electromatic, Inc.. These companies have the necessary repair data required to repair these NSNs and are currently the only approved sources. Due to the complexity and criticality of this component, and the repair data and acceptance test criteria required is not available to the Government. Other than the approved USAF sources, all other offerors must demonstrate at the time of proposal submission that they have obtained the necessary repair and technical data from the approved sources that will successfully allow the offeror to complete the work required by this solicitation. The proposed contract award will not be delayed in order to provide a potential offeror with the opportunity to become an approved by the USAF. �����������(16)�In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. �����������(17)�n/a �����������(18)�n/a �����������(19)� n/a Additional Description: This acquisition is for the follow-on contract to FA8119-19-D-0001 for highly specialized repair services to include, repair, functional testing, disassembly & re-assembly, inspection, maintenance, overhaul, and engineering sustainment support services. Finishing actions are required to return the end item to a specified serviceable condition. History: FA8119-19-D-0001, awarded to Raytheon Company, October 26, 2018. UID Note to Contractor:�If unit price exceeds $5,000, then UID requirements will apply ANY AND ALL Inquiries shall be made electronically via email to the POCs listed for this posting.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a98ade3041b84844808fcc7e3852d2a2/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06138032-F 20210922/210920230113 (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  © 1994-2020, Loren Data Corp.