Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2025 SAM #8605
MODIFICATION

58 -- Combined Synopsis/Solicitation - RT-5000 Radio Receiver (NSN 5821-01-552-8993HL; PN 3H1230-10)

Notice Date
6/16/2025 6:29:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
DLA AVIATION AT WARNER ROBINS, GA ROBINS A F B GA 31098-1813 USA
 
ZIP Code
31098-1813
 
Solicitation Number
SPRWA1-25-Q-0011
 
Response Due
7/16/2025 12:30:00 PM
 
Archive Date
07/31/2025
 
Point of Contact
Todd Stimus, Phone: 4782228413, Roberto Martinez-Perez
 
E-Mail Address
todd.stimus@us.af.mil, roberto.martinez-perez@dla.mil
(todd.stimus@us.af.mil, roberto.martinez-perez@dla.mil)
 
Description
SUBJECT: This requirement is for the procurement of the RT-5000 Radio Receivers (NSN 5821-01-552-8993; PN 3H1230-10) in support of the USAF TH-1H Special Operations Forces (SOF) helicopter program. Further details are provided below: Noun NSN Quantity RT-5000 Radio Receivers 5821015528993HL 11 ITEM DESCRIPTION The RT-5000 Radio Receiver is a tactical airborne VHF frequency modulation (FM) transceiver that operates across multiple frequency bands (29.7 to 88 MHz) at 10W, consolidating several radios into one system. It must perform to the original equipment manufacturer (OEM) specifications in accordance with the original Form, Fit, and Function that was certified for use by its proprietary designer. These performance requirements are not military-unique and can be acquired in the commercial market sector. There are no known critical and/or long-lead schedule items associated with this part that are anticipated to impact contract performance and delivery requirements. No alternate parts are authorized unless noted in the Technical Order and approved by the cognizant engineer. IMPEDIMENT TO COMPETITION This requirement is not suitable for competition and will be utilized under Other Than Full and Open Competition as prescribed by DAFFARS 5313.501 - 10 U.S.C 3572, Implementation of Simplified Acquisition Procedures (41 U.S.C 1901), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. This action will result in the award of a new contract, which will be a Firm Fixed Price (FFP) �C� Type Contract. The agency's minimum needs can only be satisfied by the unique supplies available from Chelton Avionics, Inc. OBA Canyon AeroConnect due to them being the only approved source who maintains the TOP necessary to manufacture the items. The company details are as follows: Chelton Avionics, Inc. dba Canyon AeroConnect CAGE Code: 1WZE2 The screening analysis (Form 761) associated with this part designates this requirement as a sole source procurement. The Acquisition Method Code/Acquisition Method Suffix Code is 3/Z. The ""3"" signifies acquisition for the second or subsequent time, directly from the actual manufacturer. The ""Z1' indicates that the part is a commercial/nondevelopmental/off-the-shelf item. Commercial item descriptions, commercial vendor catalog (or price lists) or commercial manuals assigned a technical manual number apply. The Government does not own or have access to the data for this item. No alternate (known) source is authorized to meet this specific agency need. INTEREST Interested parties may identify their interest and capability to respond to the requirement no later than 16 July 2025 by emailing todd.stimus@us.af.mil and/or roberto.martinez-perez@us.af.mil. The Government intends to procure these items using DAFFARS 5313.501 - 10 U.S.C 3572, Implementation of Simplified Acquisition Procedures (41 U.S.C 1901). Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. DISCLAIMER Responses in any form are not offers, and the government is under no obligation to award a contract as a result of this announcement. Any information submitted by respondents to this technical description is strictly voluntary.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/741b973cca2846989888f6e3654f5b45/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN07478289-F 20250618/250616230042 (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.