SOURCES SOUGHT
J -- Defense Automatic Test Equipment (IATE) Augmentation Equipment (DAAE), (DIG), and (REW) Repair
- Notice Date
- 1/14/2025 11:48:20 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- FA8533 AFLCMC WNKAB ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA8533-24-R-0015
- Response Due
- 1/30/2025 2:00:00 PM
- Archive Date
- 02/14/2025
- Point of Contact
- Audra Brown, Andrea Livingston
- E-Mail Address
-
audra.brown@us.af.mil, andrea.livingston.1@us.af.mil
(audra.brown@us.af.mil, andrea.livingston.1@us.af.mil)
- Description
- Synopsis is for establishing a follow-on sole source requirements contract for the Intermediate Automatic Test Equipment (IATE). Follow-on requirements will be for continued onsite repair services to maintain testers at fully serviceable conditions of ten (10) B-1B Radio Frequency (RF) Defensive Automatic Test Equipment (ATE) Augmentation Equipment (DAAE) National Stock Number (NSN) 4920-01-183-5260KV and BEQ of seven (7) B-1B Digital (DIG) DAAE NSN 4920-01-183-5261KV. The onsite repair services include test, evaluation, and repair of the DAAE test stations that shall result in a Fully Mission Capable (FMC) status of the DAAE stations located at Dyess AFB, Texas, Ellsworth AFB, South Dakota, and the Georgia Air National Guard and 402 Electronics Maintenance Group (EMXG) located at Robins AFB, Georgia. This effort will be executed as a Firm-Fixed Price (FFP) and Cost Reimbursement (CR) Indefinite Delivery Contract (IDC) requirements contract consisting of a one (1) 12-month Basic, four (4) 12-month ordering periods. The solicitation will be issued in accordance with FAR 15, Contract by Negotiation. It is anticipated that FFP will be utilized for the majority of CLINs. The overarching contract will be issued to: L3Harris Technologies, Inc (Cage code 82340) Space and Airborne Systems Division 1500 New Horizons Blvd Amityville, NY 11701-1130 Authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, Only one responsible source, and no other supplies or services will satisfy agency requirements. Specifications, plans, or drawings relating to this procurement are not available and cannot be furnished by the Government as NO TECHNICIAL DATA is available and is proprietary to the identified source above. Foreign participation is prohibited. All questions and submissions to this requirement shall be submitted in writing through DoD SAFE to both of the following: Mrs. Andrea Livingston: andrea.livingston.1@us.af.mil Ms. Audra Brown: audra.brown@us.af.mil All responses in reference to this synopsis shall be submitted no later than TBD, 5:00PM, EST. A failure to comply with Federal Acquisition Regulation (FAR) guidelines, FAR subparts, and instructions outlined could have resulted in submissions being deemed non-responsive by the Procurement Contracting Officer (PCO).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a758b9c4238543fb823d0262eb028a12/view)
- Place of Performance
- Address: GA, USA
- Country: USA
- Country: USA
- Record
- SN07312884-F 20250116/250114230134 (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 |