Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2025 SAM #8504
SOURCES SOUGHT

58 -- B-52 AN/ARN-67 GLIDESLOPE RECEIVER -REDESIGN

Notice Date
3/7/2025 5:32:45 AM
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA8539 AFSC PZABA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8539AN-ARN-67-Glideslope-Receiver-Redesign-NSN-5826-00721-0168
 
Response Due
4/6/2025 1:00:00 PM
 
Archive Date
04/06/2025
 
Point of Contact
Mustapha Ceesay, Phone: 4789265138, Jason Massengale
 
E-Mail Address
mustapha.ceesay@us.af.mil, Jason.Massengale@us.af.mil
(mustapha.ceesay@us.af.mil, Jason.Massengale@us.af.mil)
 
Description
Sources Sought Synopsis (Request for Interested Manufacturers B-52 AN/ARN-67 GLIDESLOPE RECEIVER Redesign NSN 5826-00-721-0168) SUBJECT: Market research is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for the redesign of the AN/ARN-67 Glideslope Receiver. ITEM DESCRIPTION: The AN/ARN-67 Radio Receiving Set is a glideslope receiver for B-52H aircraft. The receiving set provides visual display information to a course indicator, which enables vertical guidance to a pilot when making a manual instrument approach to landing. In addition, the same output information can be fed to an autopilot for vertical control in automatic approaches. The purpose of this redesign is to develop a new glideslope receiver Form, Fit, Function interface (F3I) replacement with modern technology and repair capability. Item NSN Part Number AN/ARN-67 Glideslope Receiver 5826-00-721-0168 522-2873-004 The redesign should meet the following requirements: Provide visual display information to a course indicator Feed output information to an autopilot for vertical control in automatic approaches Meet all applicable military standards and specifications for glideslope receivers Interested manufacturers must possess the necessary facilities, equipment, and personnel to meet the requirements of the project. They must also have the capability to maintain facilities and cleared personnel for producing, handling, storing, and maintaining information and operating systems with security classifications up to and including Secret. IMPEDIMENT TO COMPETITION: The sources sought for AN/ARN-67 Glideslope Receiver redesign effort is for an acquisition to satisfy a critical need to avoid mission degradation issues. The expedited procurement process is to prevent additional time loss due to a failed attempt to redesign the Glideslope Receiver. As a result, the Government is seeking contractors that have an existing contract vehicle that fits the scope of this requirement, allowing for a rapid execution and award. Due to the urgent nature of this requirement, the Government intends to award the contract within 90 days, with a Period of Performance (PoP) not to exceed 2 years. Only contractors with an existing contract shall be considered for this effort. The Government owns Government Purpose Rights to the technical data (applicable drawings, data, and engineering requirements) necessary to produce the AN/ARN-67 Glideslope Receiver. The technical data and materials will be provided to the selected vendor. Multiple manufacturers will be able to proposal on the redesign effort, and the Government expects to receive multiple proposals from qualified sources. INTEREST: The Government is seeking interested manufacturers who can provide a redesigned AN/ARN-67 Glideslope Receiver that meets the requirements outlined above. The Government owns the technical data (applicable drawings, data, and engineering requirements) necessary to produce the AN/ARN-67 Glideslope Receiver, which will be made available to the selected contractor. Contractor shall furnish all material, support equipment, tools, test equipment, and services. The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractor�s facility. Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts used for all delivered assets and test equipment. Questions relative to this market survey should be addressed to: Holly Olivier, ACOR, holly.olivier@us.af.mil Jason Massengale, Program Manager, jason.massengale@us.af.mil Mustapha Ceesay, Electronics Engineer, mustapha.ceesay@us.af.mil DISCLAIMER: This sources sought synopsis is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation, and shall not be construed as a commitment by the government. Responses in any form are not offers, and the government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/24f4f4fd6c02411f881709b682273e3b/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN07365478-F 20250309/250307230037 (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.