Skip to main content

An official website of the United States government

You have 2 new alerts

HH-60W Ux Validator II Test Set Repair

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Sep 04, 2024 06:11 pm EDT
  • Original Date Offers Due: Oct 03, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 18, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: J059 - MAINT/REPAIR/REBUILD OF EQUIPMENT- ELECTRICAL AND ELECTRONIC EQUIPMENT COMPONENTS
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Lees Summit , MO 64064
    USA

Description

This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation has been included as an attachment for clarity.

Solicitation Number: FA8552-24-R-0005

The above referenced solicitation number is used as a Request for Proposal.

For clarify, applicable solicitation provisions and contract clauses can be found in the attached RFP. Please note some provisions and clauses have been tailored specific to this USG requirement. This may include FAR 52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.212-5.

Applicable NAICS: 81210

Size Standard: $34M

DO Rating: A7

This requirement is for the procurement of repair services of the following assets to support the HH-60W helicopter:

NOUN                                                                       NSN                                             P/N

T70X Engine Test Set                                           4920-01-708-6006                  18-1130-00

Ux Validator Series II Set                                   4920-01-708-1967                   18-1110-00

Blade Burn Set                                                      4920-01-708-1968                   18-1140-00

Stab Position Sensor/Limit Switch Set       4920-01-708-1966                   18-1150-00

This requirement is for repair services.  The Government’s repair services strategy is anticipated to be a ten-year contract (base plus nine option years) and will continue through FY34.  The projected quantities will be Best Estimated Quantities (BEQ) of 24 per year.

NSN                              Basic       Option 1      Option 2      Option 3      Option 4     

4920-01-708-6006           6                  6                  6                  6                  6              

4920-01-708-1967           6                  6                  6                  6                  6              

4920-01-708-1968           6                  6                  6                  6                  6             

4920-01-708-1966           6                  6                  6                  6                  6              

NSN                           Option 5    Option 6      Option 7      Option 8      Option 9      Total

4920-01-708-6006           6                  6                  6                  6                  6               60

4920-01-708-1967           6                  6                  6                  6                  6               60

4920-01-708-1968           6                  6                  6                  6                  6               60

4920-01-708-1966           6                  6                  6                  6                  6               60

These numbers are strictly an estimate. There is no guarantee that outyear repairs in the quantities stated will be needed. Because this solicitation will result in an IDC requirements contract, and because the contract will be used to acquire work (e.g., repair, modification, or overhaul) on existing items of Government property, it is important to note that failure of the Government to furnish such items in the amounts or quantities described in the Schedule as "estimated" or "maximum" will not entitle the contractor to any equitable adjustment in price under the Government Property clause of the resultant contract.

The required delivery of these repairable assets is 12 months after receipt of funded order. F.O.B. will be Destination with the desired ship to location of DLA at Robins AFB. The full address has been incorporated on the attached RFP for clarity. A commercial warranty is applicable to this requirement.

The Government’s needs for repair services are required in order to ensure aircraft availability. These test sets are used in conjunction with the Ux Validator II in order to test and verify functionality of various displays, sensors and switches that are vital to proper and safe aircraft performance. A lack of sufficient operational test sets leads to delays in aircraft maintenance completion and extension of downtime.

T70X Engine Test Set

The T70X Engine Test Set enables the operator to simulate signals to the engine instrument display system. The T70X Engine Test Set connects to the aircraft through specialized adapter harnesses, hi-speed data cables, and system pods. The Ux Validator (not included in the set) provides interface and power for the test set and the display for the user.

Ux Validator Series II Set

The Series II Ux Validator Set is used with a variety of ULTRAX sets to test and troubleshoot aircraft systems and components.  Together with a system-specific ULTRAX set, the Series II Ux Validator Set enables the operator to provide simulated signals to a specific aircraft system or component and then monitor the resulting signals coming back to the set.  Based on the stimulus provided and the resulting outputs, the operator can determine whether an aircraft system or component is functioning properly.

Blade Burn Set

The Blade Burn Set is used to test the heater mats in the main and tail rotor blades of the H_60/S-70 helicopter.  The set connects to the blades through a hi-speed data cable, a pod, and, for the tail rotor, an adapter harness, all of which are included in the set.  The Ux Validator (not included in the set) provides interface for the set's components and a display for the user. 

Stab Position Sensor/Limit Switch Set

The Stab Position/Limit Switch Test Set, when used with an Ux Validator, allows the maintainer to verify, troubleshoot, and adjust the stabilator position sensor and limit switch settings while on either the aircraft or on the bench.

This services action for repair/refurbish is to ensure the Ux Validator II and associated test sets are available for the maintenance of the HH-60W helicopter allowing for increased availability and flexibility and maintaining mission capable status. 

The Government does not own or have access to the data for these items. The Government has determined that the previous version of this system is a commercial item. A determination on this version has not yet been made.

Per authority 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements, this sole source requirement will be procured from the following company:

Ultrax Aerospace, Inc.

4200 NE Sun Court

Lees Summit, Missouri 64064-2245

CAGE: 07PR7

Proposals may be submitted via e-mail and are to be submitted to the following:

Dominique Doyle, Contract Specialist

Dominique.doyle@us.af.mil

Hillary Souther, Contracting Officer

Hillary.souther@us.af.mil

Proposals are due:

5:00PM EDT on 3 October 2025

Early proposal deliveries are acceptable and preferred.

Contact Information

Contracting Office Address

  • CP 4789543351 370 RICHARD RAY BLVD
  • ROBINS AFB , GA 31098-1670
  • USA

Primary Point of Contact

Secondary Point of Contact

History