VDATS Interface Enclosure Assembly - Alexsys 12348
ID: FA813924Q0034Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8139 AFSC PZIMB SOFTWARETINKER, OK, 73145-3303, USA

NAICS

All Other Miscellaneous Fabricated Metal Product Manufacturing (332999)

PSC

PRODUCTION JIGS, FIXTURES, AND TEMPLATES (3465)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the U.S. Air Force, is seeking proposals from qualified small businesses for the procurement of 30 Versatile Diagnostic Automatic Test Station (VDATS) Interface Enclosure Assemblies. These assemblies are critical for testing aircraft components and must adhere to specified engineering and packaging standards, with a delivery schedule set for ten weeks post-award. This procurement emphasizes the importance of compliance with various contract clauses and ethical practices, reflecting the sensitive nature of defense-related projects. Interested parties should note that the deadline for offers has been extended to September 19, 2024, at 1 PM CST, and can contact Brian Eakers or Maria (Katie) Nolan via email for further information.

    Point(s) of Contact
    Maria (Katie) Nolan
    maria.nolan@us.af.mil
    Files
    Title
    Posted
    The document outlines the Statement of Work (SOW) for the U.S. Air Force's procurement of 30 Versatile Diagnostic Automatic Test Station (VDATS) Interface Enclosure Assemblies. These assemblies are necessary for testing aircraft components and must conform to provided technical specifications. The contractor is tasked with management, manufacturing, and delivery while maintaining strict compliance and coordination with the 556 Software Engineering Squadron. All contract modifications must be authorized by the Procurement Contracting Officer (PCO), and any discrepancies in the manufacturing process must be reported promptly. The delivery schedule mandates completion within ten weeks post-contract, with the contractor responsible for all shipping costs. Additionally, the document addresses security requirements for data handling, vendor warranties, and government ownership of developed intellectual property. The emphasis on compliance and security reflects the sensitive nature of defense-related projects. This solicitation underscores the Air Force’s reliance on external contractors for critical technical support in maintaining military readiness.
    The document outlines a solicitation for the procurement of VDATS Interface Enclosure Assemblies by the U.S. government, specifically aimed at Women-Owned Small Businesses (WOSB). It includes vital details such as the solicitation numbers, contractor information, product specifications, and contractual obligations. The primary item requested is 30 units of VDATS Interface Enclosure Assemblies, adhering to specified engineering and packaging standards. Key elements include a delivery schedule of 10 weeks from the award date and stipulations regarding the insurance coverage required for contractors. The solicitation necessitates adherence to various contract clauses relevant to compliance, including those concerning labor standards, and ensuring that all parties involved in the contract maintain ethical and legal practices. It also emphasizes the necessity for prompt and proper invoicing through an electronic system, ensuring timely payments and adherence to specified governmental regulations. This document serves as a formal request for proposals to promote participation from diverse businesses while maintaining the government's commitment to fiscal responsibility and legal compliance.
    The government document outlines an amendment to a solicitation regarding a contract modification. It specifies that the deadline for offers is extended to September 9, 2024, at 1 PM CST and indicates the project is now a 100% Small Business Set-Aside, with a size standard of 750 employees. The amendment includes instructions on acknowledging receipt, changing submitted offers, and clarifies that any previous terms remain in effect unless explicitly altered. The key administrative details involve the contractor's information and the issuance of the modification under specified authorities. The overall aim is to streamline the submission process while promoting small business participation in government contracts, emphasizing compliance with the established solicitation procedure.
    The document is a formal amendment pertaining to a federal solicitation, indicating an extension of the submission deadline for offers. Specifically, the due date has been changed from September 3, 2024, to September 5, 2024, at 3 PM CST. It outlines the requirements for acknowledging receipt of the amendment, which include specific methods such as completing designated items, acknowledging on the submission copies, or communicating separately. The amendment also provides instructions on modifying existing offers and highlights that changes do not affect the other terms and conditions of the original solicitation or contract. Additionally, the document specifies the amendment's modification code, effective date, and contact information for further correspondence. This amendment serves to ensure clarity and compliance within the federal procurement process, emphasizing the importance of timely communication and acknowledgment by potential contractors.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Repair of the A-10 RDTU/UDTU
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of the A-10 Redesigned Data Transfer Unit (RDTU) and associated components. The procurement includes a comprehensive scope of work that requires contractors to develop production surge plans, counterfeit prevention strategies, and various reporting requirements related to government property and maintenance activities. These units are critical for ensuring the operational efficiency of military aircraft systems, emphasizing the importance of compliance with stringent military standards and cybersecurity measures. Interested vendors must submit their proposals by October 16, 2024, and can direct inquiries to primary contact Darin Rector at daren.rector@us.af.mil or secondary contact Hunter Doney at hunter.doney@us.af.mil.
    Repair of Vertical Situational Display Unit (VSDU) & Fully Integrated Data Link (FIDL)
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the repair of Vertical Situational Display Units (VSDU) and Fully Integrated Data Links (FIDL) as part of contract FA8117-24-R-0003. The procurement aims to ensure the operational readiness of critical military aviation systems by requiring contractors to deliver quality serviceable products while adhering to stringent quality assurance protocols, cybersecurity measures, and supply chain risk management practices. This solicitation is vital for maintaining the functionality of B-1 aircraft components, with a focus on timely delivery and compliance with established standards. Interested vendors must submit their proposals by the extended deadline of July 1, 2024, and can contact Michael Shand at michael.shand@us.af.mil or David Herrig at david.herrig.1@us.af.mil for further information.
    V-22 PropRotor Gearbox (PRGB) Input Quill Assemblies (IQA) Automated Test System
    Active
    Dept Of Defense
    The Department of Defense, through the Fleet Readiness Center, is soliciting proposals for the procurement of a test stand designed to evaluate both left-hand and right-hand V-22 PropRotor Gearbox (PRGB) Input Quill Assemblies (IQA) for the V-22 aircraft. This procurement encompasses the complete mechanical, electrical, software, and control systems necessary for the test stand, including installation, commissioning, performance testing, and calibration to ensure functionality upon government acceptance. The test stand will be installed at Building 4497, Fleet Readiness Center East, Marine Corps Air Station Cherry Point, North Carolina, and is critical for the production of aircraft components. Interested vendors should direct inquiries to Adam Coombs at adam.c.coombs.mil@us.navy.mil by 3:00 PM Eastern Daylight Time on September 9, 2024, and are reminded that this opportunity is a Total Small Business Set-Aside under NAICS code 336413.
    Data Bus Network Tester Interim Support Package
    Active
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center Aircraft Division (NAWCAD), is seeking to procure an interim support package for the AN/USM-780 Data Bus Network Tester (DBNT) through a firm fixed price modification under an existing contract. This procurement aims to fulfill initial spare requirements based on a specified list from Southwest Inter Connect (SWIC), which is the sole designer and manufacturer of the DBNT, making this a non-competitive opportunity. The interim support package includes various essential components such as battery assemblies, circuit card assemblies, and cable assembly sets, which are critical for the operation and maintenance of the DBNT. Interested firms are encouraged to express their interest and capability to meet the requirements, with inquiries directed to Gianna V. Gatto at gianna.v.gatto.civ@us.navy.mil or by phone at 732-323-1270. This notice is not a request for competitive proposals, and the government will consider all responses received to determine the necessity of competition.
    Control Panel, Test /WSDC (19F) Aircraft, Eagle F-15, PR: 7007685516; NSN: 4920-015555319, P/N 99-1004900
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of a Control Panel, Test for the WSDC (19F) Aircraft, specifically for the Eagle F-15, under solicitation PR: 7007685516. The requirement includes one National Stock Number (NSN) for a Cable Assembly, Special Purpose, Electrical, with a total quantity of 53 units, and the contract will be awarded as a firm fixed price. This equipment is critical for the maintenance and repair of aircraft, ensuring operational readiness and safety. Interested vendors must submit their proposals by October 11, 2024, and can direct inquiries to Melinda Johnson at Melinda.Johnson@dla.mil or by phone at (804) 279-1627.
    NSN 1620-005131904, ADAPTER TRANSMITTER, WSDC: 04F, STRATOFORTRESS B-52 AIRCRAFT.
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking qualified small businesses to provide the Adapter Transmitter (NSN 1620-005131904) for the Stratofortress B-52 aircraft. This procurement is for an indefinite quantity contract (IQC) with a base period of five years, requiring an estimated annual quantity of 40 units, with delivery expected 336 days after order placement. The Adapter Transmitter is critical for aircraft operations, necessitating compliance with military specifications and standards, and is subject to stringent source approval processes as outlined in the Aviation Source Approval and Management Handbook. Interested parties should contact Tatjana Vaughan at tatjana.vaughan@dla.mil or 804-279-2727, and the solicitation will be available on or about September 4, 2024, via the DLA Internet Bid Board System (DIBBS).
    Remote Terminal Assembly; NSN:5940014939102
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Detroit Arsenal, is soliciting proposals for the Remote Terminal Assembly, identified by National Stock Number (NSN) 5940-01-493-9102. This procurement involves a sole-source contract for 11 units of the Remote Terminal Assembly, with a firm-fixed-price structure and a one-year option period, emphasizing compliance with military packaging and export control regulations. The Technical Data Package (TDP) is export-controlled, requiring Joint Certification Program (JCP) certification for access, and interested contractors must submit their proposals, including signed amendments, by the extended deadline of September 20, 2024. For further inquiries, contact Kerri Ginter at kerri.e.ginter.civ@army.mil.
    SYNTHESIZER ASSY
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of a SYNTHESIZER ASSY. This contract requires the manufacture of the synthesizer assembly in compliance with military standards, including MIL-STD packaging and government source inspection, emphasizing the importance of quality assurance and traceability in the production process. The synthesizer assembly is critical for use in naval operations, necessitating strict adherence to specifications to ensure reliability and safety in military applications. Interested vendors must submit their quotes electronically to Stephanie R. Perez at STEPHANIE.R.PEREZ1@NAVY.MIL by the extended deadline of September 20, 2024, with a firm-fixed price structure and detailed cost breakdowns required for consideration.
    70--CONTROLLER,DATA ENT, IN REPAIR/MODIFICATION OF
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the repair and modification of the CONTROLLER, DATA ENT, through a federal contract opportunity. The procurement aims to establish a firm-fixed-price contract for the repair of this equipment, with a required Repair Turnaround Time (RTAT) of 74 days, emphasizing the importance of timely and efficient service to maintain operational readiness. This contract is critical for ensuring the functionality of essential machinery used in various defense operations, and interested contractors must submit their quotes, including pricing and capacity constraints, by the extended deadline of November 18, 2024. For further inquiries, potential bidders can contact Heather Van Hoy at 717-605-3528 or via email at HEATHER.VANHOY@NAVY.MIL.
    FA462524Q1131, Quasonix
    Active
    Dept Of Defense
    The Department of the Air Force is seeking proposals from qualified small businesses for the procurement of six Transmitter Kits from Quasonix, which are essential for enhancing avionics data collection capabilities for B-2 Operational and Developmental Flight Tests. These kits will integrate with the existing airborne data collection system, facilitating the dissemination of critical aircraft data to range control rooms for efficient data recording and verification, in accordance with standard flight test protocols. The selected vendor must ensure timely delivery and installation readiness of the equipment, with all deliverables due by December 31, 2025. Interested parties should submit their quotes by September 20, 2024, at 1:00 P.M. CST, and can contact Tariq Abdullah at tariq.abdullah.1@us.af.mil or SSgt Ryan Hopkin at ryan.hopkin@us.af.mil for further information.