This is a combined Synopsis/Solicitation for commercial services prepared in accordance with the format in FAR Subpart12.6 as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; a quote is being requested, and a written solicitation will not be issued.
FA8524-25-Q-0007 is issued as a request for quotation (RFQ). This is not a small business set-aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Please see the attachment titled CLAUSES.
This quote is for Repair Services for 4-each Vertical Indicators (NSN: 6610-01-552-8582; P/N: 30230-81110) over a 1-year period of performance (POP) in support of the TH-1H helicopter program. The Vertical Indicator is a commercial item. This aircraft is a training platform stationed at Fort Rucker, Alabama. The fleet size is 28.
CLIN Structure: 0001 (Repair)
NSN: 6610-01-552-8582 Noun: Vertical Indicators Qty: 4 EACH
CLIN Structure: 0002 -No Fault Found (NFF)/ Beyond Economical Repair (BER)
NSN: 6610-01-552-8582 Noun: Vertical Indicators
Pricing is requested for the Unit Price of each Unit (Vertical Indicator) for Repair, and pricing for the Unit Price for an asset that is deemed No Fault Found (NFF)/ Beyond Economical Repair (BER). Please also provide the overall price to accomplish the requested repairs.
The POP shall consist of a basic one-year period after the contract award. The contract type is a Firm-Fixed Price Purchase Order. Repairs shall be completed within 60 days after induction per the Performance Work Statement issued on 11 June 2025.
Given this acquisition meets the definition of a commercial item and there is pricing history available, use of a Firm Fixed Price contract type was deemed the most appropriate contract type for execution of this acquisition. This contract type should result in best value/lowest risk to the Government. Because the total value of this procurement is below the Simplified Acquisition Threshold (SAT), FAR Part 13, which governs Simplified Acquisition Procedures, is applicable. The Government does not own any data or data rights.
Inspection and Acceptance will be at F.O.B. Origin: Robins AFB, GA 31098-1887
The current need for operational components does not allow for unqualified sources to take the time necessary to reverse engineer each component to conduct a repair therefore, sole source repair from the Original Equipment Manufacturer (OEM) is recommended. 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. Due to lack of technical data, this effort will be sole source to Aerosonic, LLC; 1212 N Hercules Ave; Clearwater, Florida 33765-1920. CAGE: 98810 is the OEM therefore this requirement will be sole source to: Aerosonic, LLC. (Cage: 98810).
Quotes are due on 4 Aug 2025 at 3:00 PM, EST. No telephone or fax requests will be honored. NO HARD COPIES WILL BE ISSUED.
Questions should be emailed to Shawna Barrett (shawna.barrett.1@us.af.mil) no later than 4 Aug 2025, 3:00 pm EST.
Destination: Robins AFB, GA. 31098-1887. Routine Delivery.