MODIFICATION
J -- Repair Support for the AC-130J LiteHUD - Amendment 1
- Notice Date
- 11/6/2019
- Notice Type
- Modification/Amendment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- 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
- fFA8509-19-R-0012
- Archive Date
- 9/21/2019
- Point of Contact
- Ashley W. Schein, Phone: 4782221584, Amanda S. Ragan, Phone: 478-926-2374
- E-Mail Address
-
ashley.schein.1@us.af.mil, amanda.ragan@us.af.mil
(ashley.schein.1@us.af.mil, amanda.ragan@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Contract Data Requirements List Performance-Based Work Statement Rev A Amended Solicitation 6 November 2019 Solicitation Amendment FA8509-19-R-0012 0001. The deadline to respond to this solicitation is hereby extended to 9 January 2020, 5:00 PM EST. ----------------------------------------------------------------------------------------------- This contract is for repair support for the AC-130J LiteHUD. Sole source award will be made to the Original Equipment Manufacturer's (OEM) and proprietary data owner, BAE Systems (Operations) Limited, Cage Code: K0656, in accordance with FAR 6.302-1(a)(2)(ii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. An I-Level facility shall be set up in Continental United States (CONUS) to provide an estimated five (5) repairs per year. BAE will provide all facilities and resources needed to inspect and accomplish functional testing thru depot level repair of the commodities covered by the Performance Based Statement of Work (PWS) to meet contract delivery schedules. Repaired assets shall be made serviceable and be tested to the OEM Acceptance Test Procedures (ATPs). BAE shall repair all units on contract for which a reparable asset has been provided within the contract delivery schedules with no more than one (1) exception per order. DELIVERY SCHEDULE: One (1) year basic period of performance estimated from 1 May 2020 thru 30 Apr 2021, and four (4) one (1) year subsequent ordering periods. Any questions should be directed to the buyer/Procuring Contracting Officer (PCO) identified below. If your concerns are not satisfied by the PCO, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the contracting officer, but to communicate serious contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals in the source selection process. When appropriate, potential offerors may contact the Ombudsman, Timothy Inman via email at: timothy.inman@us.af.mil. Anticipated Request for Proposal (RFP) Release Date: 09 September 2019. Anticipated RFP Response Date: 10 October 2019. Anticipated/Estimated Award Date: 0 1 May 2020.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/fFA8509-19-R-0012/listing.html)
- Record
- SN05490695-W 20191108/191106230454-d1d16440b7cb86d355d36cb670bb024c (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 |