Inactive
Notice ID:FA852225R0052
This requirement is for the purchase of the Radio Frequency (RF) Switch NSN 5985-01-512-9801EW, in specific to Part Numbers 312827-102 and/or 312827-402, in support of the AN/ALR-56M Advanced Radar Wa...
This requirement is for the purchase of the Radio Frequency (RF) Switch NSN 5985-01-512-9801EW, in specific to Part Numbers 312827-102 and/or 312827-402, in support of the AN/ALR-56M Advanced Radar Warning Receiver (ARWR). The RF Switch is a component within Line Replacement Unit 7 (LRU-7), 5865-01-324-7734EW, the Super Heterodyne Receiver (SHR) within the AN/ALR-56M Weapon System. The RF Switch and LRU-7 are both significant components/units of the AN/ALR-56M Weapon System, installed on the F-16 Blocks C/D and C-130J aircrafts. This effort is expected to be awarded through limited competition to either Herley Industries, Inc., also known as CAES Mission Systems, LLC or Planar Monolithics Industries (PMI) Inc. who are known sources with the data, skills, and equipment necessary to successfully provide the supplies required by the Government in accordance with BAE Systems updated SCD. PSC: 5985. NAICS code 334419. Place of Performance: TBD. This effort will result in a five-year Requirements Type Contract with a 12-month Basic ordering period, and four twelve-month ordering periods. The estimated quantities are 18 for the Basic, 20 for OP1, 20 for OP2, 20 for OP3, and 20 for OP4. FAR 15 procedures will be utilized. Anticipated award 2025. Solicitation will be available for viewing or downloading from SAM.gov website only. NO HARD COPIES WILL BE ISSUED. Restricted to: CAES Mission Systems, LLC or Planar Monolithics, Authority: FAR 6.302-1(a)(2); Justification: Only one responsible source and no other supplies or services will satisfy agency requirements. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. This notice of intent is not a request for competitive proposals. However, all proposals received within fifteen days after the date of publication of this synopsis will be considered by the Government. A determination by the government not to compete this proposed contract based on responses to this notice is solely within the discretion of the government. It is suggested that firms interested in subcontracting opportunities in connection with the described procurement contact the firms listed. Foreign participation at the price contractor level is not permitted All questions regarding the RFP must be submitted to kylie.ordoyne@us.af.mil and kenneth.dickman@us.af.mil.