C-17 PSE - Adapter, Mechanical Test
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159411091827278 |
Posted Date: | Feb 2, 2024 |
Due Date: | Feb 17, 2024 |
Source: | https://sam.gov/opp/bb078b96e5... |
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).
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Feb 02, 2024 12:39 pm EST
- Original Response Date: Feb 17, 2024 04:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Mar 03, 2024
-
Initiative:
- None
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 4920 - AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT
-
NAICS Code:
- 334419 - Other Electronic Component Manufacturing
-
Place of Performance:
Warner Robins , GA 31098USA
*100% Small Business Set Aside*
The C-17 Program Management Office has a requirement that is for a firm-fixed price contract for twelve (12) each NSN: 4940-01-366-2994, Adapter, Mechanical Test, P/N 17G130225-1, which includes one First Article, one First Article Test Plan, and one First Article Test Report. The C-17 Antiskid system utilizes wheel speed transducers to measure wheel speed for operation of the antiskid/brake system. Wheel speeds are compared in order to release brake pressures to prevent skidding. After maintenance has been performed, operational checks need to be preformed on the system. A means is required to spin the wheel speed transducers, one at a time, in order to perform system checkout. The means must interface with the transducer’s shaft (0.37475” dia. ASA involuted spline) and a pneumatic air drill. Delivery is FOB Destination with shipments in the continental United States. This requirement will be solicited as a Total Small Business Set Aside. 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. It is anticipated that the RFQ will be released on SAM.gov on or around 1 March 2024.
- CP 478 327 8694 660 ELEVENTH STREET
- ROBINS AFB , GA 31098-2428
- USA
- Theresa Younce
- theresa.younce@us.af.mil
- Alexander Ko
- alexander.ko.1@us.af.mil
- Feb 02, 2024 12:39 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.