Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 10, 2025 SAM #8780
SOLICITATION NOTICE

66 -- Rate Gyroscope CN-1552/A and CN-1564/A Repair Services

Notice Date
12/8/2025 11:11:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
 
ZIP Code
21005-1846
 
Solicitation Number
W155P7T-26-R-0PRG
 
Response Due
12/23/2025 11:30:00 AM
 
Archive Date
01/07/2026
 
Point of Contact
Alyson Scholz, Roxanne Barbaris
 
E-Mail Address
alyson.n.scholz.civ@army.mil, roxanne.barbaris.civ@army.mil
(alyson.n.scholz.civ@army.mil, roxanne.barbaris.civ@army.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a combined synopsis/solicitation, W15P7T-26-R-0PRG for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested herein, and a separate written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ). This action is a Full and Open Competition award. This action is under NAICS code: 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing and PSC code 6615 - Automatic Pilot Mechanisms and Airborne Gyro Components The U.S. Army Contracting Command- Aberdeen Proving Ground (ACC-APG), an agency of the Government, intends to procure the following non-personal services contract to ensure 100% operations readiness of Rate Gyroscope CN-1552/A, NSN 6615-01-110-1083, P/N 304580-2 and Rate Gyroscope CN-1564/A, NSN 6615-01-110-1082, P/N 304580-1. The Government anticipates the issuance of a Firm- Fixed Price (FFP), Indefinite Delivery, Indefinite Quantity (IDIQ) type contract as a result of the subject solicitation. The anticipated period of performance shall include 5-year period of performance, with an estimated start date of February 2026. All services are requested to be proposed upon and specified by the vendor as seen below and in the attached Performance Work Statement (PWS), Attachment3 to this combined synopsis/solicitation: Year 1 CLINs CLIN 0001: FFP CY1 - TEST AND INSPECT (T&I) CN-1552/A PWS 5.2 CLIN 0002: FFP CY1 - TEST & INSPECT (T&I) CN-1564/A PWS 5.2 CLIN 0003: FFP CY1 - MAJOR REPAIR CN-1552/A, PWS 5.2 CLIN 0004: FFP CY1 - MAJOR REPAIR CN-1564/A, PWS 5.2 CLIN 0005: FFP CY1 - MINOR REPAIR CN/1552A, PWS 5.2 CLIN 0006: FFP CY1 - MINOR REPAIR CN/1552A, PWS 5.2 Year 2 CLINs CLIN 1001: FFP CY2 - TEST AND INSPECT (T&I) CN-1552/A PWS 5.2 CLIN 1002: FFP CY2 - TEST & INSPECT (T&I) CN-1564/A PWS 5.2 CLIN 1003: FFP CY2 - MAJOR REPAIR CN-1552/A, PWS 5.2 CLIN 1004: FFP CY2 - MAJOR REPAIR CN-1564/A, PWS 5.2 CLIN 1005: FFP CY2 - MINOR REPAIR CN/1552A, PWS 5.2 CLIN 1006: FFP CY2 - MINOR REPAIR CN/1552A, PWS 5.2 Year 3 CLINs CLIN 2001: FFP CY3 - TEST AND INSPECT (T&I) CN-1552/A PWS 5.2 CLIN 2002: FFP CY3 - TEST & INSPECT (T&I) CN-1564/A PWS 5.2 CLIN 2003: FFP CY3 - MAJOR REPAIR CN-1552/A, PWS 5.2 CLIN 2004: FFP CY3 - MAJOR REPAIR CN-1564/A, PWS 5.2 CLIN 2005: FFP CY3 - MINOR REPAIR CN/1552A, PWS 5.2 CLIN 2006: FFP CY3 - MINOR REPAIR CN/1552A, PWS 5.2 Year 4 CLINS CLIN 3001: FFP CY4 - TEST AND INSPECT (T&I) CN-1552/A PWS 5.2 CLIN 3002: FFP CY4 - TEST & INSPECT (T&I) CN-1564/A PWS 5.2 CLIN 3003: FFP CY4 - MAJOR REPAIR CN-1552/A, PWS 5.2 CLIN 3004: FFP CY4 - MAJOR REPAIR CN-1564/A, PWS 5.2 CLIN 3005: FFP CY4 - MINOR REPAIR CN/1552A, PWS 5.2 CLIN 3006: FFP CY4 - MINOR REPAIR CN/1552A, PWS 5.2 Year 5 CLINs CLIN 4001: FFP CY5 - TEST AND INSPECT (T&I) CN-1552/A PWS 5.2 CLIN 4002: FFP CY5 - TEST & INSPECT (T&I) CN-1564/A PWS 5.2 CLIN 4003: FFP CY5 - MAJOR REPAIR CN-1552/A, PWS 5.2 CLIN 4004: FFP CY5 - MAJOR REPAIR CN-1564/A, PWS 5.2 CLIN 4005: FFP CY5 - MINOR REPAIR CN/1552A, PWS 5.2 CLIN 4006: FFP CY5 - MINOR REPAIR CN/1552A, PWS 5.2 Years 1-5 CLINs CLIN X007: Contract Data Requirements List (Not Separately Priced) CLIN X008: Contractor Manpower Reporting (Not Separately Priced) Best Estimated Quantity (BEQ) Repairs: The Governments annual BEQ for Repairs of the CN-1552/A and CN-1564/A is provided below for each ordering year of the contract and for planning purposes only. The BEQ does not represent a guarantee by the Government. 6615-01-110-1082 6615-01-110-1083 Year 1 BEQ 7 5 Year 2 BEQ 7 51 Year 3 BEQ 7 99 Year 4 BEQ 7 89 Year 5 BEQ 7 89 A single award will be made based on a Trade-Off Source selection Evaluation process evaluation approach as defined in FAR 15.101-1. Offerors shall refer to Attachment 2 to this combined synopsis/solicitation, which outlines Proposal Instructions (Section L) and Evaluation (Section M). Offeror cost/price proposals will be evaluated based on the applicable criteria in FAR 15.404-1 based on competition and other factors. In accordance with Attachment 2, Sections L&M. All responsible sources may submit a quote, which will be evaluated by the Contracting Officer. Offerors must be registered in the System for Award Management (SAM) database and include their assigned CAGE Code with the proposal submission. It is the responsibility of the Offeror to ensure that their submission complies with all applicable provisions of the FAR and its supplements. The Government MAY, but is not obligated to, consider an Offer that is non-compliant with any provision of the FAR and its supplements. Furthermore, the Government is NOT required to inform any Offeror that their Offer is non-compliant with the FAR or any of its supplements. Failure of an Offer to comply with any provision of the FAR and its supplements may result in the Offeror being deemed non-responsive to the solicitation. The provision at 52.212-1, Instructions to Offerors � Commercial, applies to this acquisition. The following addenda have been attached to this provision: Attachment 2 (L&M). The following provisions and clauses are applicable to this solicitation: 52.204-2 � Security Requirements 52.204-13 � SAM Maintenance 52.204-18 � CAGE Code Maintenance 52.204-19 � Incorporation by Reference of Representations & Certifications 52.203-19 � Prohibition on Requiring Certain Confidentiality Agreements 52.212-3- Offeror Representations and Certifications- Commerical Product and Commercial Services (to be submitted with the offer) 52.212-4 � Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services. 52.212-5 � Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services 52.216-18 � Ordering 52.216-19 � Order Limitations 52.216-22 � Indefinite Quantity 52.227-1 Authorization and Consent 52.227-2 � Notice and Assistance Regarding Patent and Copyright Infringement 52.227-14 Rights in Data- General 52.232-1 � Payments 52.232-8 � Discounts for Prompt Payment 52.232-29 Unenforceability of Unauthorized Obligations 52.233-1 � Disputes 52.242-15 -Stop Work Order 52.242-17 � Government Delay of Work 52.243-1 � Changes�Fixed-Price (or Alt I/II depending on your requirement type) 52.246-2 � Inspection of Supplies�Fixed-Price (or 52.246-4 for services) 52.249-1- Termination for Convenience of the Government 52.245-1 _ Government Property 52.245-9 _ Use and Charges 52.249-9 � Default (Fixed Price Supply and Service) 252.203-7000- Requirements Relating to Compensation of Former DoD Officials 252.203-7002- Requriments to Inform Employees of Whistleblower Rights 252.204-7008- Safeguarding Covered Defense Information and Cyber Incident Reporting 252.227-7013- Rights in Technial Data- Other Than Commerical Products and Commerical Services 252.227-7015- Technical Data- Commercial Products and Commerical Services 252.227-7037- Validation of Asserted Restrictions on Technical Data 252. 252.232-7003 � Electronic Submission of Payment Requests and Receiving Reports; and 252.232-7006 � Wide Area Workflow Payment Instructions. 252.245-7005 � Management and Reporting of Government Property 252.246-7007- Contractor Counterfeit Electronic Part Detection and Avoidance System *Reference the PWS attachment 1 for additional FAR clauses* Full text of these provisions and clauses, with noted exceptions regarding local clauses, may be obtained by accessing the following internet website: http://farsite.hill.af.mil/ Offerors may submit questions in reference to this announcement up until 1:00 PM EST on 15 December 2025. All questions will be answered via amendment to this combined synopsis/solicitation. The offeror shall submit their quote via email to the Contract Specialist by 2:30PM EST on 23 December 2025. An email confirmation must be received in order to be considered submitted. It is the responsibility of the Offeror to allow adequate time to submit proposal files before the submission deadline. Email address is as follows; Alyson.n.scholz.civ@army.mil please cc Roxanne.Barbaris.civ@mail.mil. Please note there is a 5MB limit on email size. Contact information: Alyson Scholz Contract Specialist Army Contracting Command- Aberdeen Proving Ground (ACC-APG) alyson.n.scholz.civ@army.mil Attachments Attachment 1 combined synopsis solicitation (as shown in description) Attachment 2 Section L & M Attachment 3 PWS Attachment 4 CDRLS Attachment 5 QASP Attachment 6 DD254
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/182da892ea2b4d9f9c9b99c4f691b565/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07660046-F 20251210/251208230036 (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.