Georgia Bids > Bid Detail

C-17 PSE - Adapter, Cable Breakout

Agency:
Level of Government: Federal
Category:
  • 49 - Maintenance and Repair Shop Equipment
Opps ID: NBD00159009709444387
Posted Date: Jan 25, 2024
Due Date: Feb 9, 2024
Source: https://sam.gov/opp/f1325c3bd2...
Follow
C-17 PSE - Adapter, Cable Breakout
Active
Contract Opportunity
Notice ID
FA8526-24-Q-0007
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE MATERIEL COMMAND
Sub Command
AIR FORCE LIFE CYCLE MANAGEMENT CENTER
Sub Command 2
MOBILITY AIRCRAFT
Office
FA8526 AFLCMC WLMKA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Jan 25, 2024 02:32 pm EST
  • Original Response Date: Feb 09, 2024 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4920 - AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Warner Robins , GA 31098
    USA
Description

*100% Small Business Set-Aside Award*



The C-17 Program Management Office has a requirement that is for a firm-fixed price contract for two (1) each NSN: 4920-01-299-3556, ADAPTER, CABLE BREAKOUT, P/N 17G410523-1, which includes one (1) First Article, one (1) First Article Test Plan, and one (1) First Article Test Report. The C-17 aircraft has a number of electrical and electro-mechanical devices. These devices are required to be tested at the organizational and intermediate levels of maintenance. The organizational level, these devices are to be fault isolated by “breaking into” the electrical connectors of the device and providing a means to access the individual electrical conductors. Test instrumentation may now be attached to the circuit to monitor voltage and current levels as well as other parameters such as impedance and data trans-mission. In addition, requirements exist to disconnect the aircraft interface cables from the LRU and measure the voltages and continuity at the cables as a means of fault isolation. Provisions must be made to prevent damage to the pins of the connector and eliminate the possibility of creating a spark near the aircraft while measurements are being made. A means must be provided to functionally test these LRU in the shop to determine if an item is operating within specified limits and is fit to be used on the aircraft. Also means to fault isolate to the shop replaceable units (SRU) is to be provided. To achieve this, the input and output lines wil be connected to power sources and loads which will simulate those seen on the aircraft. An interface will be necessary between the device under test and the various pieces of test instrumentation. Delivery is FOB Destination with shipments in the continental United States. This requirement will be solicited as a competitive 100% Small Business-Set-Aside award. All responsible sources may submit a quotation which shall be considered by the agency. The Government will utilize the Past Performance Information Retrieval System (PPIRS), Excluded Parties List System (EPLS), and other Government databases to determine contractor status before evaluating proposals. Proposals will be evaluated based on the criteria stated in the RFQ. All data for this weapon system is considered EXPORT CONTROLLED. If you desire to obtain a copy of the RFQ, your emailed request must be submitted to davey.eades.1@us.af.mil and aliscia.pitts@us.af.mil. It is anticipated that the RFQ will be released on or around 29 February 2024.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 478 327 8694 660 ELEVENTH STREET
  • ROBINS AFB , GA 31098-2428
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 25, 2024 02:32 pm ESTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >