SOLICITATION NOTICE
49 -- ARMAMENT CIRCUITS PRELOAD TEST SET
- Notice Date
- 10/19/2009
- Notice Type
- Presolicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8533-09-Q-24331
- Archive Date
- 5/19/2010
- Point of Contact
- Erica R. Farrell, Phone: (478) 222-1893, Patricia (Lauren) L Farrell, Phone: (478)222-1906
- E-Mail Address
-
erica.farrell@robins.af.mil, Lauren.Farrell@robins.af.mil
(erica.farrell@robins.af.mil, Lauren.Farrell@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This requirement is for the procurement of Armament Circuit Preload Test Sets, Master NSN:4920-NC-C64-5505 KU, which are used test armament circuits on the A-10 aircraft for hazardous stray voltages and for correct voltage (presence) for electro-explosive devices, (required for jettison actions of missile launchers, bomb/rocket racks and chaff/flare dispenser system). This requirement is opened for unrestricted competition. The test set is used prior to loading munitions to assure safe conditions exist on the aircraft and therefore is referred to as a "preload tester." This requirement will be procured in accordance with PD09WRGBGBEA17. The dimensions are 32.75" X 20.87" X 8.94" with a weight of 37 lbs. The requirement will consist of one basic year period of 12 months and 4 annual options. The quantity ranges are as follows: First production quantity: 1 each plus data associated with the First Article testing Production quantity: 1-97 each (Technical Manual Contract Requirements are required) Option I- Quanitity: 1-90 Option II- Quantity: 1-20 Option III- Quantity:1-20 Option IV- Quantity: 1-20 The effort involves contractor-testing requirements for the first production unit. FAR Part 12 procedures will be utilized. Assests will be shipped FOB Destination. Proposals shall be in accordance with mandatory and detailed instructions contained in the RFP. The Government will utilize the Streamlined Technically Acceptable Performance Price Trade-Off (S-TA-PPT) procedures, and will evaluate proposals and make award in accordance with the "Evaluation Basis for Award" provision in the RFP. It is anticipated that the RFQ will be released on or around November 5, 2009. Electronic procedures will be used for this solicitation. Interested sources are encouraged to monitor the Federal Business Opportunities website at http://www.fedbizops.gov for the posting of the RFQ which includes the PD, data requirements, and all attachments referenced in the solicitation itself. NO HARD COPIES WILL BE PROVIDED. Technical data is available and will be posted with the solicitation. All responsible sources may submit a proposal in response to the RFQ for the Government's evaluation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8533-09-Q-24331/listing.html)
- Record
- SN01987785-W 20091021/091019234745-585272aed6291151219a3049f8a28190 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |