Skip to main content

An official website of the United States government

You have 2 new alerts

C-17 PSE - FIXTURE ASSY, COOLING, ARINC 404

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: Solicitation (Original)
  • Original Published Date: Mar 18, 2024 11:03 am EDT
  • Original Date Offers Due: Apr 18, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 03, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4920 - AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT
  • NAICS Code:
    • 334419 - Other Electronic Component Manufacturing
  • Place of Performance:
    Warner Robins , GA 31098
    USA

Description

*100% Small Business Set-Aside*

The C-17 Program Management Office has a requirement that is for a firm-fixed price contract for one (1) each NSN: 4920-01-517-7513, FIXTURE ASSY, COOLING, ARINC 404, P/N: 17G550543-1, which includes one (1) First Article, one (1) First Article Test Plan, and one (1) First Article Test Report. The C-17 Aircraft contains electronic Line Replacement Units (LRUs) that have Operational Flight Program (OFP) software in their memory, the OFPs of these LRUs frequently need to be reloaded, either as a result of the software upgrade or after the repair phase. In either case, these LRUs (Including Spares) are often sent off-base to suppliers where the special equipment is available for software loading. Such procedure is slow for combat readiness requirements. Is also costly and inefficient. The warning and caution computer (WACC) and aircraft propulsion data management computer (APDMC) are the LRUs, which require OFP loading. A means is required at the organizational and intermediate levels of maintenance to support the OFP software loading operational for the APDMC and the WACC and to provide the following: stable base for the LRUs during O AND I-Levels software loading operation. Cooling aur through the LRU from the fan of the fixture assembly. Operation in conjunction with the digital computer system PN 17G553551-1 (SERD 550551), the OFPLS adapter set PN 17G570755-503 (SERD 570755), the cable assembly set PN 17G690544-1 or cable assembly set PN 17G550544-1 (SERD 690544 OR SERD 550544), the AC Power Supply GFE PN CR-074-3A (SERD 410515), and the DC Power Supply PN 17G573802-1 (SERD 570802). The newly developed contractor furnished fixture assembly for the APDMC and the WACC, PN 17G550543-1 or equivalent, is recommended to fulfill the requirements identified in the Part I functional analysis This item will be used in conjunction with the digital computer system PN 17G553551-1 (SERD 550551), OFPLS Adapter Set PN 17G570755-503 (SERD 570755), Cable Assembly Set PN 17G690544-1 (SERD 690544) or Cable Assembly Set PN 17G550544-1 (SERD 550544), the AC Power Supply GFE PN CR-074-3A (SERD 410515),and the DC Power Supply PN 17G573802-1 SERD (570802). The fixture assembly is a mechanical device that will provide a stable base for the LRUs during O AND I Levels of software of software loading operation. Delivery is FOB Destination with shipments in the continental United States. This requirement will be solicited as a Competitive 100% Small Business Set-Aside. All responsible sources may submit a quotation which shall be considered by the agency. The Government will utilize the Past Performance Information Retrieval System (PPIRS), Excluded Parties List System (EPLS), and other Government databases to determine contractor status before evaluating proposals. Proposals will be evaluated based on the criteria stated in the RFQ. All data for this weapon system is considered EXPORT CONTROLLED. Proposals are due 18 April 2024 by 5:00 PM EST. 

Contact Information

Contracting Office Address

  • CP 478 327 8694 660 11TH ST
  • ROBINS AFB , GA 31098-2428
  • USA

Primary Point of Contact

Secondary Point of Contact

History