SOLICITATION NOTICE
J -- Repair Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) Navigation Pod components - TECHNICAL DATA PACKAGE - AFMC Form 260 - QASP - SOLICITATION - CDRLS - SOW CAVAF - Packaging - Transportation - PWS
- Notice Date
- 11/14/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA853914R00158
- Archive Date
- 11/16/2015
- Point of Contact
- Janice M. Williams, Phone: 478-926-2329
- E-Mail Address
-
janice.williams2@robins.af.mil
(janice.williams2@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement form 1653 Transportation requirements Form 158 - Packaging Requirements Statement of Work for CAV AF DD FORM 1423-1 ACTUAL SOLICITATION Quality Assurance Information Repair Test Article Requirements This solicitation is for the repair of the Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) Navigation Pod, AN/AAQ-13 Radar Pressurization Unit (RPU), NSN: 5895-01-250-7263, P/N 2689570-1 using Full and Open Competition procedures IAW FAR Part 15. The RPU provides the capability for maintaining a pressurized dry nitrogen environment in the waveguides and radome of the LANTIRN navigation pod. Pressure is regulated at 19 +4/-1 PSIA to prevent arcing in the waveguides The anticipated award will be for a five year Indefinite Delivery Indefinite Quantity consisting of a one year basic period with four one year options. This will be a Firm Fixed Price (FFP) contract utilizing INSURANCE POLICY BUY procedures. An Insurance Policy award is a contractual vehicle, which provides the Contracting Officer a means of competing the maximum practical quantity of a requirement while mitigating risk. A Mission Essential Quantity (MEQ) for the basic year will be competed between unproven sources and a proven source (i.e. International Enterprises Inc CAGE Code 50218). Should an award occur using Insurance Policy procedures, then two contracts would be issued, one to the proven source and one to the unproven source for a Repair Test Article. The anticipated delivery schedule is as follows: For the Repair Test Article- 180 days after receipt of repairable asset; 58 unit(s) 45 days after receipt of repairable asset for MEQs.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA853914R00158/listing.html)
- Record
- SN03573173-W 20141116/141114234216-91990422d46b6054ff1645a5f82a840f (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 |