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

UHF-AM Hand Held Radio Transceiver

Expired
F3LFRG8157A001Federal
General Info

Agency

Department of Defense → FA2517 21 Cons Bldg 350

View Agency

NAICS

334220 - Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing

View NAICS

Place of Performance

Building 350 135 Dover Street, Suite 1055 Peterson AFB, Colorado Springs, Colorado 80914, Peterson AFB, CO, 80914, USA

Set-Aside

SBA
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
PhaseClosed
Posted

Combined Synopsis

Response Deadline

Deadline has passed

Response Deadline

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
AgencyDepartment of Defense → FA2517 21 Cons Bldg 350
Contacts2 people available
OfficePETERSON SFB, CO, 80914-1117, USA
Organization / Agency
Department of Defense → FA2517 21 Cons Bldg 350
View Agency Profile
Office Address

PETERSON SFB, CO, 80914-1117, USA

Contacts

2 contacts available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
The government intends to award a firm-fixed price contract pursuant to FAR Part 12. Solicitation No. F3LFRG8157A001 at Peterson AFB, CO. This announcement constitutes the only solicitation. This purchase is a total small business set-aside. For more information concerning this solicitation refer to the attached combined synopsis/solicitation.

Similar Contracts

NAICS: 334220
New
Federal

CONTROL, RADIO SET

This contract covers the procurement of three units of a control radio set, with National Stock Number 5820-01-674-2433, under solicitation number SPE4A7-26-T-031F. The delivery is required within five days and must be made FOB origin, with inspection and acceptance conducted at the destination. Packaging and shipping must comply with Department of Defense standards, including MIL-STD-129 for marking and labeling, and ASTM D3951 for commercial packaging unless hazardous materials are involved, in which case specific hazardous packaging requirements apply. Additionally, the contract mandates adherence to the DLA Master List of Technical and Quality Requirements and specific sampling plans following MIL-STD-1916 or equivalent standards to ensure quality assurance. The shipment is to be delivered to the Huntington Ingalls Shipbuilding COSAL Warehouse #2 in Gulfport, Mississippi, with strict instructions to use the fastest traceable shipping method, excluding parcel post. The contract specifies zero tolerance for quantity variance and incorporates rigorous quality inspection levels for attributes categorized as critical, major, or minor. The purchasing agency is the Department of Defense’s ASC Supplier Operations AE and AF Division with a point of contact provided for communication. This procurement falls under NAICS code 334220, reflecting electronics manufacturing, and all logistical and procedural requirements are designed to meet federal acquisition and defense standards.

ASC SUPPLIER OPER AE AND AF DIV

POSTED

about 22 hours ago

DEADLINE

in 4 days

View Details
NAICS: 334220
New
Federal

59--ANTENNA ASSEMBLY, IN REPAIR/MODIFICATION OF

This contract concerns the procurement of one unit of an antenna assembly identified by NSN 7R-5985-015465475-E8, with technical data package version 002, and delivery terms FOB origin. The part is flight-critical and requires engineering source approval by the designated design control activity to ensure quality is maintained. Only sources previously approved by the Government, possessing unique design, engineering, manufacturing, and repair knowledge essential to the part—knowledge that is not economically transferable to the Government—are eligible to supply or repair this item. Alternate sources must undergo a rigorous qualification process approved by the relevant Government engineering authority, and timing constraints typically prevent contract award delays for new source approvals. Proposals from unapproved sources must include comprehensive technical data as specified in the NAVSUP Weapon Systems Support source approval brochures or documentation of prior submissions; failure to do so will result in exclusion from award consideration. The contract will be awarded under a sole-source acquisition approach as authorized by FAR 6.302-1, with the Government soliciting only from previously approved sources due to the critical nature of the item and its associated technical data limitations. Interested parties are invited to express their capability and interest within 45 days of the solicitation notice, although this is not a request for competitive proposals and award decisions rest solely with the Government. The contract is administered by the Navsup Weapon Systems Support office in Philadelphia, PA, with Chris Campellone as the primary point of contact. The procurement excludes acquisition under commercial item policies (FAR Part 12), reflecting the specialized nature of the requirement. Supporting documents such as Military and Federal Specifications and Qualified Product Lists are available via designated Government distribution systems, but proprietary technical data like drawings and patterns are not publicly stocked.

Navsup Weapon Systems Support

POSTED

1 day ago

DEADLINE

in 4 days

View Details