Skip to main content

An official website of the United States government

You have 2 new alerts

AN/ALR-20 Panoramic Indicator Repair

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: Presolicitation (Updated)
  • Updated Published Date: Apr 04, 2024 10:53 am EDT
  • Original Published Date: Mar 13, 2024 02:07 pm EDT
  • Updated Response Date:
  • Original Response Date:
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 30, 2024
  • Original Inactive Date: Sep 30, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5895 - MISCELLANEOUS COMMUNICATION EQUIPMENT
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Van Nuys , CA 91406
    USA

Description

**Amended to revise CAGE Code for intended source L3Harris to CAGE 24930 and change contract type from CPFF to FFP**

This is a notice of intent that AFSC/PZABB anticipates issuing a Firm Fixed Price (FFP) 5-year Indefinite Delivery Contract (One-Year Ordering Periods). This is for the repair of the AN/ALR-20 Panoramic Indicator which consists of National Stock Number (NSN) 5895-01-508-3157EW for Part Number (P/N) 139700-03. The AN/ALR-20 Panoramic Indicator is used to display relative frequency and amplitude information of received threat signals on the B-52H aircraft.

Best Estimated Quantities (BEQ’s):  Basic (40 EA), Ordering Period I (40 EA), Ordering Period II (40 EA), Ordering Period III (40 DA), Ordering Period IV (40 EA)

The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source, L3 Harris Technologies, Inc., Cage: 82340, in accordance with FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The Government does not own the data or the rights to the data needed to contract repair of parts from additional sources.

All responsible sources may submit a capability statement or proposal which shall be considered by the agency. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the government.

The intended source for this acquisition is:

L3 Harris Technologies, Inc.

7821 Orion Ave

Van Nuys, CA 91406-2026

CAGE: 24930

Specifications, plans, or drawings related to this procurement are incomplete or not available and cannot be furnished by the Government.

OMBUDSMAN: All potential offeror(s) should contact identified as the primary and alternate POC in this post for additional information and/or to communicate concerns, if any, concerning this acquisition. If the Contracting Officer does not satisfy your concerns, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the Program Director or Contracting Officer, but to communicate serous contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. When appropriate, potential offeror(s) may contact Ombudsman Thomas Eller, D.B.A at 478-222-4097. Please be prepared to identify previous contacts made by you in an attempt to resolve your concerns.

Contact Information

Contracting Office Address

  • CP 478 926 7405 235 BYRON ST STE 19A BLDG 300
  • ROBINS AFB , GA 31098-1670
  • USA

Primary Point of Contact

Secondary Point of Contact

History