Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 16, 2025 SAM #8451
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
 
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 |
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.