MODIFICATION
58 -- B-2 PROCESSOR INTERFACE
- Notice Date
- 8/12/2014
- Notice Type
- Modification/Amendment
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- DLA AVIATION AT OKLAHOMA CITY, OK; DLR PROCUREMENT OPERATIONS (AO);3001 STAFF DRIVE; TINKER AFB; OK; 73145
- ZIP Code
- 73145
- Solicitation Number
- SPRTA1-14-R-0345
- Response Due
- 9/1/2014
- Archive Date
- 11/30/2014
- Point of Contact
- Erin Akin, Phone: 405-734-8101
- E-Mail Address
-
erin.akin@tinker.af.mil
(erin.akin@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 8/12/2014: Best Estimated Quantity has been changed from 2 ea to 7 ea. Responses required by 12 September 2014, 4pm CST. PR Number(s): FD20301401831PLN Item: 0001 New Manufactured Materials NSN: 5895015775557FW PROCESSOR INTERFACE P/N: 292A900-21, P/N: DAF3310P003-103, Description: THE FLIGHT DATA CONTROL PANEL PROVIDES THE CREW THE MEANS TO INPUT COURSE, HEADING, BAROMETER, AIRSP... Supp. Description: CHASSIS ASSEMLBLY,POWER BACKUP,CIRCUIT CARD,,TOLUENE,CONTROLLER,,EMULATION CONTROL,POWER SUPPLY,RESO... Best Estimated Qty: 2EA, Min 1 Max 3 Destn: SW3211 Delivery: 01AUG2015 On or Before, 2.00 EA Duration of Contract Period: August 2015 Electronic procedure will be used for this solicitation. IAW FAR 5.207(c)(15)(ii), All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency New Manufactured Material Sole Source To: LOCKHEED MARTIN CORPORATION, OWEGO, NY.,13827-3900. Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies in which the Government intends to solicit and negotiate with only one, or a limited number of sources under authority of FAR 6.302. Due to the complexity and criticality of this part, only manufacturers that have successfully completed all testing required by the original company responsible for the design, or manufacturers that have successfully completed all testing on items determined by the Government to be similar in complexity and criticality, can be considered approved sources for this item. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Based on market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. Note: An Ombudsman has been appointed to hear concerns from Offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 736-8253. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-14-R-0345/listing.html)
- Record
- SN03462200-W 20140814/140813022642-839b2d3dfff9a08c10f6b13a08fae735 (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 |