MODIFICATION
J -- Seeking Sources for B-1 IBS Display Support Equipment Depot Standup
- Notice Date
- 2/13/2014
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WG, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8628-14-R-2250
- Archive Date
- 3/29/2014
- Point of Contact
- Amanda C. Collins, Phone: 9377136298, Maria Cassidy, Phone: 9377137592
- E-Mail Address
-
amanda.collins.10@us.af.mil, Maria.Cassidy@us.af.mil
(amanda.collins.10@us.af.mil, Maria.Cassidy@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The contractor will be required to provide all functional support items required and necessary to support the establishment of component testing and repair capability at OO-ALC for the following SRUs in addition to the previously specified LRU repair capabilities. IBS DISPLAY SRUs Nomenclature NSN Part Number FIDL DISPLAY SRUs CCA, Main I/O NA 966-1340-102 CCA, Video Controller NA 966-3478-001 CCA, Auxiliary I/O NA 966-3824-001 VSDU DISPLAY SRUs CCA, Main I/O NA 966-1340-101 CCA, Video Controller NA 966-3478-001 CCA, Auxiliary I/O NA 966-3824-001 Rockwell Collins is the designer, developer, integrator and sole manufacturer of the aforementioned displays utilized in the B-1 IBS aircraft since IBS inception and has asserted intellectual property rights in regard to the data required to test and repair the aforementioned displays. The government does not have sufficient technical data required to establish repair capabilities, therefore cannot provide Government Furnished Information (GFI) to contractor in support of the depot standup. Your previous response to solicitation FA8628-14-R-2250, 27 Sep 2013, will not be considered as indicating interest in this expanded effort. Please resubmit your response to updating your overall submission, as well as your previous responses to the detailed questions, to confirm your company's capabilities to perform the work for both the LRU and SRU depot repair capability stand up. If your firm has an interest in proposing on the revised requirements described above, please provide to AFLCMC/WWBK, Attn: Maria Cassidy, 2725 C Street, Bldg 553, Wright-Patterson AFB 45433-7424, your company name, address, point of contact, telephone number, business size, contact information, and general description of the company and services provided. E-mail submission of your written statement, including any comments to Maria.Cassidy@us.af.mil. THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. This is a market research tool to determine the availability and adequacy of potential sources. Sources responding to this announcement should indicate their size, particularly if they are a small business. Please inform us if your firm intends to perform work as the prime contractor or if you desire to subcontract with a prime contractor. Note that small businesses must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. Response must be received by this office at or before 5:00pm EST (local time) on March 14, 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8628-14-R-2250/listing.html)
- Record
- SN03288396-W 20140215/140213234141-eb9f777c706368a91653c8b9e5848777 (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 |