Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

G-IV Inertial Reference System Upgrade

Active
nasa-d04942c58fadaa40SLED
AI Contract Overview
Show more

The contract involves upgrading the Inertial Reference System on the G-IV aircraft at the Air Force Research Center (AFRC). The current system, Honeywell’s LASEREF II, is no longer supported by the original equipment manufacturer (OEM) or any third-party vendors. To address this, the OEM offers an adapter kit to upgrade from LASEREF II to LASEREF IV, which is the only compatible successor for this aircraft model. The procurement includes the acquisition of three Inertial Reference System units, the necessary adapter kit, and installation services to be carried out by an approved avionics shop. This upgrade is essential to maintain the aircraft's navigation reliability and operational capability, as no other versions of the LASEREF system are compatible with the G-IV. The work will be performed at Edwards Air Force Base, and the contract is forecasted by AFRC under NAICS code 334511. Points of contact include the contract lead and small business specialist, offering avenues for inquiries and participation. The effort ensures the G-IV aircraft remains equipped with supported and current navigation technology.

General Info

Upgrade G-IV aircraft Inertial Reference System from LASEREF II to LASEREF IV, including installation.

Agency

NAICS

334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing

View NAICS

Place of Performance

Edwards AFB, CA, United States

Set-Aside

To Be Determined
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
Posted

forecast

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyAFRC
Contacts2 people available
OfficeN/A
Organization / Agency
AFRC
View Agency Profile
Office Address

N/A

Contacts

2 contacts available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
The G-IV aircraft uses an Intertial Reference System from Honeywell called LASEREF II. This system is no longer supported by the OEM or any other vendors. The OEM can provide an adapter kit to upgrade from the LASEREF II to LASEREF IV. OEM has stated that no other iterations of the LASEREF are currently compatable with the G-IV aircraft. This acquisition is for the required units (3 in total), adapter kit, and the installation work to be performed by an approved avionics shop.
The G-IV aircraft at AFRC will require an upgrade to the Intertial Reference System. The current system is no longer supported by the Original Equipment Manufacturer (OEM) or any third party manufacturers.

Similar Contracts

NAICS: 334511
New
Federal

CATHETER, URETHRAL

The contract covers the procurement of sterile, straight urethral catheters that are 16 inches long, 20 French size, made of latex red rubber, and intended for all-purpose use. The product is packaged in units of 12 catheters per package, with a total shelf life of 60 months, requiring a minimum of 51 months remaining shelf life upon receipt by the government. Packaging must comply with commercial standards specified in the procurement documents and follow stringent DLA packaging requirements to ensure protection from damage and secure shipment. All items are to be marked in accordance with Medical Marking Standard No. 1, superseding previous military standards. The contract has a delivery requirement of 20 days FOB destination, with acceptance and inspection occurring at the destination point. Shipment will be made to Camp Pendleton, California, via the fastest traceable means, explicitly excluding parcel post. The acquisition adheres to applicable regulatory and quality standards referenced in the DLA Master List of Technical and Quality Requirements and includes coordination with the FDA for regulated device confirmation. The solicitation was issued by the Department of Defense’s Medical Supply Chain, and bids are to be submitted by early March 2026, with specified contacts and detailed packaging, marking, palletization, and shipping instructions provided to ensure compliance and timely delivery.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

about 24 hours ago

DEADLINE

in 5 days

View Details
NAICS: 334511
New
Federal

RESUSCITATOR, HAND O

The contract is for the procurement of 73 units of a hand-operated resuscitator, specifically a bag valve mask assembly designed for adult use (size 4). Each device includes an oxygen reservoir, supplemental oxygen attachment with supply tubing, a resuscitator bag, a one-way valve, and a clear face mask. The units must have a shelf life of 60 months, with no more than nine months elapsed from manufacture to delivery to ensure freshness and efficacy. Packaging and labeling requirements are stringent, including markings of the National Stock Number (NSN), manufacturer identification, contract and lot numbers, and dates of manufacture and expiration. The units are to be packed in sealed, durable commercial containers capable of protecting the contents in shipment, following Medical Marking Standard No. 1 for all markings. The contract specifics include delivery within 84 days to a designated destination in Europe (APO AE 09227-0000) with inspection and acceptance performed at the point of destination. The items are regulated by the FDA as Class II medical devices requiring compliance with registration, labeling, and Good Manufacturing Practices. The contract is managed by the Department of Defense’s Medical Supply Chain Management, with a point of contact provided for inquiries. Compliance with Defense Logistics Agency (DLA) packaging and quality requirements is mandatory, as outlined in referenced technical documents and standards, ensuring the product meets all necessary quality and regulatory standards for military medical supply use.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

about 24 hours ago

DEADLINE

in 5 days

View Details
NAICS: 334511
New
Federal

DETECTOR, MINE

This contract involves the procurement of a single unit of a mine detector under the solicitation number SPE7M0-26-T-5298, issued by the Department of Defense’s Maritime Supply Chain ESOC BUYS organization. The item is identified by the National Stock Number (NSN) 6665-01-665-7898 and must be delivered within five days after the contract award. The contract is subject to various technical, quality, and packaging requirements as outlined by the Defense Logistics Agency (DLA) master list, which govern compliance and product specifications. Additionally, the procurement adheres to cybersecurity mandates, including the Cybersecurity Maturity Model Certification (CMMC) Level 2 self-assessment, and involves handling covered defense information, ensuring security and compliance with federal standards. The solicitation highlights several important conditions, including the potential presence of batteries in the item, specific packaging requirements, and instructions that govern the removal of government identifications from non-accepted supplies. Alternate offerors must submit a complete data package for both approved and alternate parts, ensuring transparent and thorough documentation. The place of performance for the contract is in Annville, and questions or communications are directed to the primary point of contact, Gerard Quinn. The contractual process is managed through the DLA’s electronic bidding system, and all relevant technical and quality standards are maintained according to the most current revisions applicable on the solicitation or award date.

MARITIME SUPPLY CHAIN ESOC BUYS

POSTED

about 24 hours ago

DEADLINE

in 12 days

View Details