Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 13, 2020 SAM #6650
SOLICITATION NOTICE

J -- B-1B Enhanced Power Control Assembly Tester (EPCAT) Contractor Logistics Support (CLS) Services

Notice Date
2/11/2020 8:02:36 AM
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
FA8533 AFLCMC WNKAB ROBINS AFB GA 31098 USA
 
ZIP Code
31098
 
Solicitation Number
FA8519-15-D-0007
 
Response Due
2/26/2020 1:00:00 PM
 
Archive Date
03/12/2020
 
Point of Contact
Erica Busch, Phone: 4782221918, Andrea Livingston, Phone: 478-222-2693
 
E-Mail Address
erica.busch@us.af.mil, andrea.livingston.1@us.af.mil
(erica.busch@us.af.mil, andrea.livingston.1@us.af.mil)
 
Description
AFLCMC/WNKAB intends to award a modification to incorporate FAR 52.217-8, Option to Extend Services, to extend the existing Contractor Logistics Services (CLS) for the B-1B Enhanced Power Control Assembly Tester (EPCAT) National Stock Number (NSN) 4920-01-515-8913KV, awarded under FA8519-15-D-0007. The resulting option period will be six months, from 30 March 2020 to September 30 2020, under authority 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, Only one responsible and no other supplies or services will satisfy agency requirements. The current contract, FA8519-15-D-0007, is a Requirements contract, including one 12-month basic period and four (4) 12-month option periods. Incorporation of FAR 52.217-8 and exercise of the resulting option is in the best interest of the Government and is the most advantageous method of filling the Agency�s need for these services under FAR 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements. The referenced authority is appropriate when it is likely that award to any other source would result in (A) substantial duplication of cost to the Government that is not expected to be recovered through competition, and (B) unacceptable delays in fulfilling the agency�s requirements. The six-month option is intended to be awarded to: Teradyne, Inc. d/b/a Assembly Test Division CAGE 23350 700 Riverpark Drive North Reading, MA 01864 The additional option period will allow the continuation of CLS services in the support of the B-1B EPCAT. These services include program management, supply chain management, spares management, spares procurement, repair and maintenance, failure and reporting analysis, and technical support. All responsible sources may submit a capability statement, proposal, or quotation and shall be considered by the agency. A determination not to compete this requirement, based on responses to this notice, is solely within the discretion of the Government. The Government will not be responsible for any cost incurred by interested parties in responding to this synopsis. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. Responses to this synopsis are required within 15 calendar days of this notice on or before 26 Feb 2020. NO PHONE CALLS WILL BE ACCEPTED IN REFERENCE TO THIS REQUIREMENT. Failure to comply with Federal Acquisition Regulation (FAR) guidelines, FAR subparts, and Instructions outlined herein may result in submissions being determined non-responsive by the Contracting Officer (CO).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7db35cf987ef46bbad971138f2d39e58/view)
 
Record
SN05557571-F 20200213/200211230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.