Skip to main content

An official website of the United States government

You have 2 new alerts

HOIST, FISHPOLE-A/C LINE REPLACEABLE UNITS

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Solicitation (Updated)
  • Updated Published Date: May 13, 2022 02:52 pm EDT
  • Original Published Date: May 11, 2022 07:09 pm EDT
  • Updated Date Offers Due: Jun 24, 2022 05:00 pm EDT
  • Original Date Offers Due: Jun 24, 2022 05:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 09, 2022
  • Original Inactive Date: Jul 09, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 1730 - AIRCRAFT GROUND SERVICING EQUIPMENT
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:

Description

This requirement is for a firm-fixed price contract with 3-1 year options for a Hoist, Fishpole-A/C Line Replaceable Units Acquisition applicable to the C-17 aircraft. This acquistion is for NSN: 1730-01-436-9399, P/N: l 7G113298-l. The Hoist, Fishpole-A/C Line Replaceable Units is used to provide a means required to remove and install air craft LRUs weighing up to 350 pounds at both the Organizational and Depot levels of maintenance. The means must be compatible with the different items of support equipment and with all LRU attach points. This requirement will be a Total Small Business set-aside. The requirement includes a basic quantity of one each (includes first article and production), Production (2 EA), Test Plan (1 LO}, Test Report (1 LO), Test Manual (1 LO) and three options years each with a quantity of 1 to 3 each. All assets will be shipped FOB destination within the continental United States. 
Offerors shall prepare their proposals in accordance with mandatory, explicit and detailed instructions contained in the RFP. All responsible sources may submit a bid, proposal or quotation which shall be considered by the agency. The Government will utlilize the Past Performance Information Retrieval System (PPIRS), and will evaluate proposals and make award in accordance with the evaluation criteria stated in the RFP. Please note that in order to receive access to the technical data package, you must first complete the attached NDA and return a signed copy back to the Contract Specialist and the PCO before access can be granted. We will then send you a DODSAFE drop-link to access the data. 
If you have any questions or concerns related to this acquisition, contact the Contracting Specialist at email clevetta.brown@us.af.mil as well as CC philip.earthly.l@us.af.mil. All data from this weapon system is considered EXPORT CONTROLLED. 

Contact Information

Contracting Office Address

  • CP 478 327 8694 660 ELEVENTH STREET
  • ROBINS AFB , GA 31098-2428
  • USA

Primary Point of Contact

Secondary Point of Contact

History