Skip to main content

An official website of the United States government

You have 2 new alerts

CONVERTER-TRANSDUCER; NSN 1660-01-212-8889

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 (Original)
  • Original Published Date: Apr 19, 2024 04:51 pm CDT
  • Original Response Date: May 04, 2024 03:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 03, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1660 - AIRCRAFT AIR CONDITIONING, HEATING, AND PRESSURIZING EQUIPMENT
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:

Description

Synopsis

PR# FD2030-24-00169

CONVERTER-TRANSDUCER; NSN 1660-01-212-8889

SOLICITATION EXPECTED TO BE PUBLISHED ON 06/05/2024

1.  Estimated issue date and estimated closing/response date: 

Issue:       4 May 2024

Closes:     4 June 2024

2.  RFP#    SPRTA1-24-R-0137

3.  Service/Spare/Repair/OH:    Spares (USAF)

4.  AMC:  3P

5.  Nomenclature/Noun:  CONVERTER-TRANSDUCER

6.  NSN:  1660-01-212-8889

7.  PN:  16VY021002-1

8.  History:

SPRPA119GCE01SPRTA124F0032; 8 NOV 2023; HAMILTON SUNDSTRAND CORPORATION, Large Business SPRPA119GCE01SPRTA122F0246; 26 JUL 2022; HAMILTON SUNDSTRAND CORPORATION, Large Business                              SPRPA113G001XSPRTA118F0179; 23 FEB 2018; HAMILTON SUNDSTRAND CORPORATION, Large Business

9.  Description/Function:    A duct mounted electromechanical assembly designed to monitor the ratio of supply bleed air pressure versus output control pressure.

Dimensions:     

LENGTH ( IN )

6.5600

WIDTH ( IN )

4.6000

HEIGHT ( IN )

2.9400

WEIGHT ( LB )

2.0000

10.  Total Line Item Quantity:   A firm fixed price contract is contemplated.  The items, estimated quantities, application, and required deliveries are as follows:

Total Line Item Quantity:        L/I 0001 – 39 EA Best Estimated Quantity (Quantity range Min 10, Max 59)

                                                L/I 0002 – 3 EA First Article Units – Contractor Testing

                                                L/I 0003 – First Article Test Report

The best estimated quantity is subject to revalidation by the USAF.

11.  Application (Engine or Aircraft): F-16 aircraft

12.  Ship To:            DLA DISTRIBUTION DEPOT OKLAHOMA

3301 F AVE CEN REC BLDG 506 DR 22

TINKER AFB OK 73145-8000

73145-8000

USA

13.  Required Delivery Date: 39 each on or before 25 Aug 2025                                        

14.  Qualification Requirements do not exist.

15.  Export Control Requirements:  No

16.  UID: UID requirements are applicable.

17.  Qualified Source(s):  Hamilton Sundstrand De Puerto Rico (Cage: 0VUU6)

18.  Set-aside:  N/A

19.  Mandatory Language:

The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one source in accordance with 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2), “no other type of supplies or services will satisfy agency requirements”.

Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made.  No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer.

Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate 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. Interested parties are invited to call the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.

Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.Sam.gov. No telephone requests.  Only written or faxed requests received directly from the requestors are acceptable.

20.  Questions concerning this synopsis or subsequent solicitation can be directed to buyer Asaycia Clayton, 405-855-3000, asaycia.clayton.1@us.af.mil, DLA AVIATION-AOBB, DLA Oklahoma City, Tinker AFB, OK 73145.

Contact Information

Contracting Office Address

  • DLR PROCUREMENT OPERATIONS (AO) 3001 STAFF DRIVE
  • TINKER AFB , OK 73145-3070
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jun 03, 2024 10:55 pm CDTPresolicitation (Original)