Joint Combined Aircrew System Tester
ID: FA860124Q0173Type: Special Notice
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA8601 AFLCMC PZIOWRIGHT PATTERSON AFB, OH, 45433-5344, USA

NAICS

Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals (334515)

PSC

EQUIPMENT AND MATERIALS TESTING- TRAINING AIDS AND DEVICES (H269)
Timeline
    Description

    The Department of Defense, specifically the Air Force Life Cycle Management Center (AFLCMC), intends to award a sole source contract for the procurement of one Joint Combined Aircrew System Tester (JCAST) at Wright-Patterson Air Force Base in Ohio. The JCAST is essential for testing integrated life support equipment used by aircrews, and it must meet specific technical specifications, including dimensions of 18.9” L x 28.8” W x 15.5” H and a weight limit of 120 lbs. The contractor is required to deliver the system within 180 days post-award, ensuring it is free from defects during the warranty period, and all products must be sourced from domestic or qualifying country manufacturers. Interested parties may submit capability statements or proposals by 1:00 PM EDT on September 20, 2024, and should direct inquiries to SrA Ata Mokari at ata.mokari@us.af.mil or by phone at 937-522-4503.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Statement of Work for acquiring a Joint Combined Aircrew System Tester (JCAST) for Wright Patterson Air Force Base, aimed at testing integrated life support equipment for aircrews. The system must fulfill specific technical specifications, including a size requirement of 18.9” L x 28.8” W x 15.5” H and a weight cap of 120 lbs. The contractor is required to deliver the system within 180 days post-contract award, ensuring it is free from defects during its standard warranty period. Delivery protocols specify shipping to a designated address and include a stringent inspection process for commercial vehicles entering the base, with stipulations for exemptions. All products must be sourced from domestic or qualifying country manufacturers as per Defense Federal Acquisition Regulation policy. Payment to the contractor is contingent on submitting a properly prepared invoice and successful final inspection. This document represents a federal Request for Proposal (RFP) and outlines the government’s requirements for the procurement process, emphasizing compliance with regulations and proper handling of delivery logistics for military contracts.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    HH-60W Ux Validator II Test Set Repair
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Life Cycle Management Center, is seeking proposals for the repair and refurbishment of the Ux Validator II Test Set and associated equipment to support the HH-60W helicopter. The procurement aims to ensure the operational readiness and availability of critical test sets used for aircraft maintenance, which are essential for verifying the functionality of various aircraft systems and components. This long-term contract is structured as a ten-year agreement, including a base year and nine optional years, with an estimated quantity of 24 units per year and a required delivery timeframe of 12 months after receipt of funded orders. Proposals are due by 5:00 PM EDT on October 3, 2025, and interested parties should contact Dominique Doyle at Dominique.doyle@us.af.mil or Hillary Souther at Hillary.souther@us.af.mil for further information.
    Official Request For Proposal (RFP) for Consolidated Automated Support System (CASS) Family of Testers (FoT) in Support of the F-35 Depot and the Engine Test Instrument (ETI) modernization program
    Active
    General Services Administration
    The General Services Administration (GSA) is issuing a Request for Proposal (RFP) for the procurement of the Consolidated Automated Support System (CASS) Family of Testers (FoT) to support the F-35 Depot and Engine Test Instrument modernization program. This procurement aims to acquire essential parts from multiple original equipment manufacturers (OEMs) to enhance military aircraft maintenance capabilities, ensuring compliance with federal regulations and standards. The contract will be structured as a single-award Indefinite Delivery Indefinite Quantity (IDIQ) with a total value capped at $51 million, and proposals are due by October 11, 2024. Interested vendors should direct inquiries to Calvin Blue at calvin.blue@gsa.gov or Gary Carson at Gary.Carson@gsa.gov for further details.
    Joint Tactical Terminal – Transceiver (JTT-X)
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Air Systems Command (NAVAIR), is seeking to procure a replacement for the Joint Tactical Terminal – Receiver (JTT-R), specifically the Joint Tactical Terminal – Transceiver (JTT-X), to be installed on F/A-18E, F/A-18F, and EA-18G aircraft platforms. The JTT-X is designed to provide resilient communications for delivering critical battlefield intelligence and targeting information in near real-time, utilizing advanced satellite communication capabilities and adhering to Modular Open Systems Approach (MOSA) and Sensor Open Systems Architecture (SOSA) standards. Interested businesses must demonstrate their technical capabilities and experience in manufacturing relevant components, with submissions due by October 1, 2024, and a technical clarification meeting scheduled for September 23-24, 2024. For further inquiries, interested parties can contact Ryan Lysaght or Jessica Myers via their provided emails.
    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.
    Notice of Intent to Sole Source Acutronic USA Inc
    Active
    Dept Of Defense
    The Department of Defense, specifically the Air Force Test Center at Holloman Air Force Base, intends to award a sole source contract to Acutronic USA Inc. for the evaluation of the Contraves Model 445 120-inch Air Bearing Centrifuge, which has experienced significant water intrusion. The procurement aims to engage a certified technician to conduct a thorough inspection and assessment of the centrifuge's operational parameters and damage, ensuring its readiness for critical military testing applications. This specialized equipment, valued between $75 million and $100 million, is essential for inertial testing, and Acutronic is the only vendor with the necessary expertise to service it. Interested parties may submit capability statements by September 25, 2024, with the anticipated award date set for September 30, 2024. For further inquiries, contact Nathan Jaye at nathan.jaye@us.af.mil or Brett Moore at brett.moore.6@us.af.mil.
    Sole Source - Jet Fuel Starter (JFS) Test Stand Modification
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Air Force, is seeking a contractor for the sole-source modification of a Jet Fuel Starter (JFS) Test Stand for the 309th Commodities Maintenance Group at Hill Air Force Base, Utah. The procurement involves providing all necessary labor, materials, and equipment to modify a Fuel Control Unit (FCU) for compatibility with an AAR F-16 JFS test stand, ensuring operational readiness and compliance with military specifications. The selected contractor, AAR Allen Services, Inc., is required to complete the modification within 60 days after receipt of order, with offers due by 1500 MT on 23 September 2024. Interested parties can direct inquiries to Nick Padgett at david.padgett@us.af.mil, and must be registered in the System for Award Management (SAM) to participate.
    The Joint Threat Emitter (JTE) Program/Logistics Support
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the Joint Threat Emitter (JTE) Program/Logistics Support under solicitation number FA8210-24-R-5014. This procurement involves a Firm Fixed Price Indefinite Delivery Indefinite Quantity (IDIQ) contract aimed at providing comprehensive support for the JTE system, including software maintenance, training, and logistics for various command and control units over a five-year period, with an estimated maximum value of $250 million. The JTE system is crucial for military training and operational readiness, facilitating realistic threat simulation for air defense systems. Interested contractors must submit their proposals, adhering to specific guidelines and deadlines, and can direct inquiries to Patrick Robello at patrick.robello.1@us.af.mil.
    321st STS Radio Test Bench
    Active
    Dept Of Defense
    The Department of Defense, specifically the 321st Special Tactics Squadron at RAF Mildenhall, is seeking proposals for the acquisition of a radio test bench, specifically the L3 Harris RF-7801 brand name or equal. The procurement requires adherence to specified Salient Characteristics, including compatibility with existing radios, the capability to test both narrow-band and wide-band radios, and the ability to conduct automated testing under extreme conditions. This equipment is crucial for ensuring operational readiness and compliance with stringent testing standards. Proposals are due by 23:59 GMT on September 20, 2024, and must include firm-fixed price quotations along with necessary technical documentation. Interested vendors should direct inquiries to Charles Kye or Esther Hamilton via their provided email addresses.
    VDATS Interface Enclosure Assembly - Alexsys 12348
    Active
    Dept Of Defense
    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.
    Center for Aircraft Structural Life Extension (CAStLE) Indefinite-Delivery Indefinite-Quantity (IDIQ) Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for the Center for Aircraft Structural Life Extension (CAStLE) Indefinite-Delivery Indefinite-Quantity (IDIQ) Contract. This contract aims to support a dual mission focused on researching and developing technologies to address material degradation in aircraft structures while also educating and training future leaders in the science and technology community. The CAStLE plays a crucial role in ensuring the safe and economical sustainment of Department of Defense systems and structures, integrating relevant research into the educational framework at the United States Air Force Academy. Interested parties can reach out to Dominic Carusone at dominic.carusone@us.af.mil or 719-208-5057, or Heather Bunnell at heather.bunnell@us.af.mil or 719-330-9315 for further details.