Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2014 FBO #4507
SOLICITATION NOTICE

J -- Repair of AN/ALR-56C Radar Warning Receiver Parts - Synopsis Worksheet

Notice Date
3/26/2014
 
Notice Type
Presolicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8522-14-R-00067
 
Archive Date
5/29/2014
 
Point of Contact
Ramona Delamarter, Phone: 478-926-5177
 
E-Mail Address
ramona.delamarter.1@us.af.mil
(ramona.delamarter.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Proposed CLIN breakout with quantites for Alternative 1, 2, and Outyear Options This requirement is to set up an ID/IQ contract for the repair of components associated with the AN/ALR-56C Radar Warning Receiver, Tactical Electronic Warfare System used on the F-15 C/D/E aircrafts. See attached spreadsheet for National Stock Numbers (NSNs) and quantities. Insurance repair procedures will be utilized for this acquisition. This acquisition will be based on Full and Open Competition. All non-qualified vendors will be required to produce 2 ea First Article Repair assets on all 21 Master NSNs to qualify as a repair source. Authority 10 USC 2304(c)(1), gives the Government the authority to acquire the Mission Essential Quantitys (MEQs) from the qualified source if the lowest bidder is an unqualified source. The qualified source is Pacific Electronic Enterprises, Inc., CAGE: 32324, 7471 Talbert Ave, Huntington Beach, CA 92648. If the unqualified source fails to provide acceptable first article repaired assets within the time specified on the contract, the Outyear Repair Option quantities may be exercised to the low proven source. It is the intent that all first article assets and all data requirements will be Inspected/Accepted at Destination and Shipped FOB Destination to Robins AFB, GA. All repaired assets will be Inspected/Accepted at Source and Shipped FOB ORIGIN to SW3119, DLA Distribution Warner Robins AFB, GA with a possibility of shipment elsewhere depending on the needs of the Government within a various number of days after receipt of (ARO) depending on the NSN. The period of performance for qualification will be three years, MEQ period of performance will also be three yearsand there will be two subsequent annual options. Should all options be exercised, the total duration would be 5 years from date of award. All responsible sources may submit a bid, proposal, or quotation, which shall be considered by the agency. The solicitation is expected to be issued approximately 14 Apr 2014, with responses due by 4:00 p.m. EST, 14 May 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8522-14-R-00067/listing.html)
 
Place of Performance
Address: MEQ portion will be at Pacific Electronic Enterprises, Inc., 7471 Talbert Ave, Huntington Beach, California, 92648, United States
Zip Code: 92648
 
Record
SN03321077-W 20140328/140326235204-e4e911b6b92fc0ce7a9e65078a1c53d2 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.