Georgia Bids > Bid Detail

Repair of LRUs applicable to the Large Aircraft Infrared Countermeasures System (LAIRCM)

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 58 - Communications, Detection and Coherent Radiation Equipment
Opps ID: NBD00159493506774331
Posted Date: Jul 28, 2022
Due Date: Jan 23, 2023
Solicitation No: FA8522-22-R-0004
Source: https://sam.gov/opp/9673ffa77a...
Follow
Repair of LRUs applicable to the Large Aircraft Infrared Countermeasures System (LAIRCM)
Active
Contract Opportunity
Notice ID
FA8522-22-R-0004
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE SUSTAINMENT CENTER
Office
FA8522 AFSC PZABB
General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Jul 28, 2022 08:47 am EDT
  • Original Published Date: Jul 12, 2022 10:07 am EDT
  • Updated Response Date: Jan 23, 2023 03:30 pm EST
  • Original Response Date: Jul 27, 2022 11:59 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5865 - ELECTRONIC COUNTERMEASURES, COUNTER-COUNTERMEASURES AND QUICK REACTION CAPABILITY EQUIPMENT
  • NAICS Code:
    • 811219 - Other Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Warner Robins , GA 31088
    USA
Description

This is a pre-solicitation notice. Anticipated release of the RFP is July 2022. The 408 SCMS/GULA has a requirement for the AN/AAQ-24(V) system. This effort consolidates repair requirements into a single, long-term vehicle in order to provide significantly improved delivery times and lower total cost to the Government. The Government intends to award a seven year, Requirements contract with best estimated quantities (BEQs). The RFP and resultant contract will be structured with one Basic Contract Period of 12 months, four (4) annual ordering periods and two (2) option periods with the possibility of an additional six (6) month extension and will be sole source to Northrop Grumman Corporation. The RFP will contain several CLINs for repair LRUs as well as CLINs for Over and Above, BER, Travel and Data.



Delivery requirements for each LRU shall be variable – 30 days TAT, 60 days TAT, 90 days TAT based on the LRU.



FAR Part 15 Procedures will be utilized.



Solicitation will be available for viewing or downloading from www.FedBizOps.gov website only. NO HARD COPIES WILL BE ISSUED. Restricted to: Northrop Grumman Corporation, Authority: 10 U.S.C. 2304 (C) (1) or FAR 6.302 Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements.



All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within thirty days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. It is suggested that firms interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Foreign participation at the prime contractor level is not permitted.



All questions regarding the RFP must be submitted in writing to Michael.Shelley.1@us.af.mil. NO TELPHONIC QUESTIONS. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check the FEDBIZOPS site prior to submission of their proposal. This notification should contain Company Name, Address, Point of Contact, CAGE, Size of Business pursuant to North American Industry Classification System *NAICS) . For assistance interpreting the FBO announcement s, please see the FOB Vendor's Guide. The Government's requirements are as referenced below.



The best estimated quantities (BEQs) referenced below are listed by ordering period(Basic, Ordering Period 1, Ordering Period 2, Ordering Period 3, Ordering Period 4, Option Period 5 and Option Period 6)respectively.



REPAIR CLINS



5865-01-538-4648EW, 001-008065-0401, GLTA, BEQ: 5 EA for the first year and 8 for all remaining years.



5865-01-579-6300EW, 001-08065A402, GLTA, BEQ: 356 EA for the first year, 345 EA for the second year, 333 EA for the third year, 319 EA for the fourth year and 316 EA for all remaining years.



5865-01-599-9077EW, 001-008065H0402, GLTA, BEQ: 14 EA for the first year, 13 EA for the second year, 11 EA for the third year, 9 EA for the fourth year and 10 EA for all remaining years.



5865-01-535-8659EW, 001-007915A0301, SLTA, BEQ: 40 EA for the first year, 38 EA for the second year, 35 EA for the third year, 35 EA for the fourth year and 37 EA for all remaining years.



5865-01-535-8659EW, 001-007915C0201, SLTA, BEQ: 0 EA for the first year, 18 EA for the second year, 14 EA for the third year, 10 EA for the fourth year, 3 EA for the fifth year and 19 EA for the sixth year.



5865-01-536-1792EW, 001-007671-009, MWS, BEQ: 112 EA for the first year, 90 EA for the second and third year, 69 EA for the fourth year and 85 EA for all remaining years.



5865-01-591-7146EW, 001-007671-013, MWS, BEQ: 3 EA for the first year, 2 EA for the second and third year, 1 EA for the fourth year and 2 EA for all remaining years.



5865-01-591-6897EW, 001-008087-0006, MWS, BEQ: 293 EA for the first year, 304 EA for the second year, 315 EA for the third year, 320 EA for the fourth year and 336 EA for all remaining years.



5865-01-570-8390EW, 001-007722-3061, UV Processor, BEQ: 28 EA for the first year, 10 EA for the second year, 18 EA for the third year, 9 EA for the fourth year and 30 EA for all remaining years.



5865-01-578-8057EW, 001-007722-3141, UV Processor, BEQ: 5 EA for the first and second year and 3 EA for all remaining years.



5865-01-657-6448EW, 001-007722-2104, UV Processor, BEQ: 11 EA for the first and second year, 12 EA for the third and fourth year and 11 EA for all remaining years.



5865-01-592-9867EW, 001-007722-3181, IR Processor, BEQ: 27 EA for the first year, 11 EA for the second year, 9 EA for the third year, 8 EA for the fourth year and 9 EA for all remaining years.



5865-01-611-5708EW, 001-007722-2101, IR Processor, BEQ: 2 EA for all years



5865-01-619-4769, 001-007722-2103, IR Processor, BEQ: 55 EA for the first year, 57 EA for the second year, 48 EA for the third year, 47 EA for the fourth year, 48 EA for the fifth year, 49 EA for the sixth year and 50 EA for the seventh year.



5865-01-435-9339EW, 001-007678-103, CIU, BEQ: 45 EA for the first year, 47 EA for the second year, 45 EA for the third year, 47 EA for the fourth year and 46 EA for all remaining years.



5865-01-619-4771EW, 001-008690-0001, ATW, BEQ: 43 EA for the first year, 46 EA for the second year, 49 EA for the third year, 50 EA for the fourth year and 49 EA for all remaining years.



5865-01-653-1999EW, 001-008684-0101, CIU, BEQ: 45 EA for the first year, 51 EA for the second year, 56 EA for the third and fourth year and 61 EA for all remaining years.


Attachments/Links
Contact Information
Contracting Office Address
  • CP 478 926 7405 235 BYRON ST STE 19A BLDG 300
  • ROBINS AFB , GA 31098-1670
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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 >