Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2025 SAM #8634
SOLICITATION NOTICE

J -- Repair of the Vertical Indicators on the TH-1H Helicopter

Notice Date
7/15/2025 12:26:41 PM
 
Notice Type
Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
FA8524 AFSC PZAAA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA852425Q0007
 
Response Due
8/4/2025 12:00:00 PM
 
Archive Date
08/19/2025
 
Point of Contact
Shawna Barrett, Contracting Officer, Phone: 4789737806, Yashica Woods
 
E-Mail Address
shawna.barrett.1@us.af.mil, yashica.woods@us.af.mil
(shawna.barrett.1@us.af.mil, yashica.woods@us.af.mil)
 
Description
This is a combined Synopsis/Solicitation for commercial services prepared in accordance with the format in FAR Subpart12.6 as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; a quote is being requested, and a written solicitation will not be issued. FA8524-25-Q-0007 is issued as a request for quotation (RFQ). This is not a small business set-aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Please see the attachment titled CLAUSES. This quote is for Repair Services for 4-each Vertical Indicators (NSN: 6610-01-552-8582; P/N: 30230-81110) over a 1-year period of performance (POP) in support of the TH-1H helicopter program. The Vertical Indicator is a commercial item. This aircraft is a training platform stationed at Fort Rucker, Alabama. The fleet size is 28. CLIN Structure: 0001 (Repair) NSN: 6610-01-552-8582 Noun: Vertical Indicators Qty: 4 EACH CLIN Structure: 0002 -No Fault Found (NFF)/ Beyond Economical Repair (BER) NSN: 6610-01-552-8582 Noun: Vertical Indicators Pricing is requested for the Unit Price of each Unit (Vertical Indicator) for Repair, and pricing for the Unit Price for an asset that is deemed No Fault Found (NFF)/ Beyond Economical Repair (BER). Please also provide the overall price to accomplish the requested repairs. The POP shall consist of a basic one-year period after the contract award. The contract type is a Firm-Fixed Price Purchase Order. Repairs shall be completed within 60 days after induction per the Performance Work Statement issued on 11 June 2025. Given this acquisition meets the definition of a commercial item and there is pricing history available, use of a Firm Fixed Price contract type was deemed the most appropriate contract type for execution of this acquisition. This contract type should result in best value/lowest risk to the Government. Because the total value of this procurement is below the Simplified Acquisition Threshold (SAT), FAR Part 13, which governs Simplified Acquisition Procedures, is applicable. The Government does not own any data or data rights. Inspection and Acceptance will be at F.O.B. Origin: Robins AFB, GA 31098-1887 The current need for operational components does not allow for unqualified sources to take the time necessary to reverse engineer each component to conduct a repair therefore, sole source repair from the Original Equipment Manufacturer (OEM) is recommended. Authority: 10 U.S.C.2304 (c)(1) as implemented by FAR 6.302-1, Only One Responsible Source, and No Other Supplies or Services Will Satisfy Agency Requirements. Due to lack of technical data, this effort will be sole source to Aerosonic, LLC; 1212 N Hercules Ave; Clearwater, Florida 33765-1920. CAGE: 98810 is the OEM therefore this requirement will be sole source to: Aerosonic, LLC. (Cage: 98810). Quotes are due on 4 Aug 2025 at 3:00 PM, EST. No telephone or fax requests will be honored. NO HARD COPIES WILL BE ISSUED. Questions should be emailed to Shawna Barrett (shawna.barrett.1@us.af.mil) no later than 4 Aug 2025, 3:00 pm EST. Destination: Robins AFB, GA. 31098-1887. Routine Delivery.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/468789c36903468189930dad8c414e63/view)
 
Place of Performance
Address: Clearwater, FL 33765, USA
Zip Code: 33765
Country: USA
 
Record
SN07509521-F 20250717/250715230044 (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.