Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
MODIFICATION

R -- Low Altitude Navigation and Targeting Infrared for Night (LANTIRN) USAF Sustaining Engineering Services

Notice Date
1/13/2021 11:03:35 AM
 
Notice Type
Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA8540 AFLCMC WNKE ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8540-21-R-0004
 
Response Due
4/2/2021 2:00:00 PM
 
Archive Date
04/02/2121
 
Point of Contact
Heidi Rogers, Cheri Thetford, Phone: 478-926-1390
 
E-Mail Address
heidi.rogers.3@us.af.mil, cheri.thetford@us.af.mil
(heidi.rogers.3@us.af.mil, cheri.thetford@us.af.mil)
 
Description
This statement provides notice that the government anticipates awarding a contract for�engineering services for sustainment of the AAQ-13 Navigation Pod, sub-assemblies, and Line Replaceable Units (LRU's). Sustainment consists of the evaluation and resolution of system maintenance deficiencies, resolution of parts obsolescence deficiencies, integration between F-15E and the LANTIRN Nav pod, performance of sustainment studies and technical services in support of the analysis, review of Government engineering change proposals, reliability and maintainability (R&M), and Information Assurance (IA) support.� The proposed contract action is for services for which the government intends to negotiate and award a five-year sole source contract to Lockheed Martin Corporation (CAGE: 04939), 5600 West Sand Lake�Road, Orlando, FL 32819. This is in accordance with Federal Acquisition Regulation (FAR) 6.302-1. All responsible sources may submit a capability statement of proposal, which shall be reviewed by the U.S. 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. In accordance with Air Force Instruction (AFI) 16.201, foreign participation is not permitted at the prime contractor level. All potential offerors should contact the Contracting Specialist/Procuring Contracting Officer identified above for additional information, questions, and/or concerns.� The period of performance will last for a total of one (1) 12-month basic period and (4) 12-month ordering periods.��The place of performance will be at Robins Air Force Base, GA or the subcontractors' facilities.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/dd0299de12fc4a6e8af883390ba890fb/view)
 
Place of Performance
Address: Orlando, FL 32819, USA
Zip Code: 32819
Country: USA
 
Record
SN05890897-F 20210115/210113230102 (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  © 1994-2020, Loren Data Corp.