From: Federal Government(Federal)
Basic Details | Start Date25 Aug, 2022 (20 months ago)Due Date12 Oct, 2022 (18 months ago)IdentifierFA8552-22-R-0004 |
Customer / Agency | |
Intercommunication System (ICS) Digital Interface Control Unit (DICU) PN: 899-3100-017, NSN: 5895-01-620-0416 installed on 21 United States Air Force (USAF) HH-60G Pave Hawk helicopter. The DICU is a Line Replaceable Unit (LRU) within the ICS. The ICU provides the system-wide digital audio integration and distribution matrix for all platform communication assets. All routing and distribution is accomplished by means of a digital switching matrix contained within the ICU with directly routed channels required for emergency operation. The system includes growth capability to accommodate optional mezzanine boards for various aircraft data bus options such as Ethernet or MIL-STD-1553 and audible caution/warning signal generation. The ICU is the integration component to which all the radios, audio inputs, warnings and aircraft interfaces are connected.Additionally, the DICS components requiring Interim Contract Support includes the Low Profile Control Audio Panel (LPCAP) NSN:
5895-01-620-0313, P/N: 899-1200-003 and Integrated Aircraft Interface Unit (IAIU) NSN: 5895-01-694-6891, P/N: 780-1200-001-CF0095-M32.The proposed contract action is for Interim Contract Support services for which the Government intends to negotiate and award a sole source contract to Telephonics. This is in accordance with Federal Acquisition Regulation (FAR) 6.302-1 "Only One Responsible Source and no Other Supplies or Services Will Satisfy Agency Requirements." All responsible sources may submit a capability statement of proposal, which shall be reviewed by the U.S. Government. A determination by the Government to not compete this proposed contract action will be based upon responses to this notice is solely within the discretion of the Government.In accordance with Air Force Instruction (AFI) 16.201, foreign participation is not permitted at the prime contractor level. All potential offerors should contact the Contracting Specialist/Procuring Contracting Officer identified above for additional information, questions, and/or concerns regarding solicitation.The period of performance for this contract will consist of one (1) 12-month basic contract with 4 (1) year options with anticipated award date of 14 Nov 2022.Firm Fixed Price and Cost Reimbursement No Fee are the anticipated pricing arrangementsPlace of Performance: Anticipated multiple locations. These services will be performed at the contractor or subcontractor’s facility, Government facility, or other locations as required.NO TELEPHONE REQUESTS WILL BE HONORED