Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2021 SAM #7294
SOLICITATION NOTICE

J -- ATCALS Amplifier Subassembly & PX-153 Controller

Notice Date
11/18/2021 8:40:15 AM
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
FA8119 AFSC PZABC TINKER AFB OK 73145-3015 USA
 
ZIP Code
73145-3015
 
Solicitation Number
FA8119-21-R-0014-PRE-SOL2
 
Response Due
12/3/2021 12:00:00 PM
 
Archive Date
12/18/2021
 
Point of Contact
Stephen Schexnayder
 
E-Mail Address
stephen.schexnayder.2@us.af.mil
(stephen.schexnayder.2@us.af.mil)
 
Description
This notice does not in itself represent the issuance of a formal request forproposal and is not intended to be taken as such. Any response to this noticeshall be submitted in writing. The United States Air Force through the Air Force Sustainment Center (AFSC),Tinker AFB, 73145 is contemplating the release of a competitive solicitation forthe Teardown, Testing & Evaluation (TT&E) and subsequent repair of ATCALSSubassemblies and PX-153 Controllers. A requirements contract iscontemplated (1 Year Base Period + 4 One-Year Options + Option to extend for 6months). The following requirements are contemplated: Item 0001: TT&E of Amplifier Subassembly NSN: 5996-01-594-1973 P/N: A31863-000 Best Estimated Quantity (BEQ): 3 ea/year (1 ea during 6 month option) Delivery: 1 each 90 calendar days aft er receipt of order (ARO) or asset,whichever is later. Early delivery is acceptable. Item 0002: Repair of Amplifier Subassembly NSN: 5996-01-594-1973 P/N: A31863-000 BEQ: 3 ea/year (1 ea during 6 month option) Delivery: To be determined Item 0003: TT&E of PX 153 CONTROLLER NSN: 5895-01-592-8999 P/N: A32222-000 BEQ: 2 ea/year (1 ea during 6 month option) Delivery: 1 each 90 calendar days ARO or asset, whichever is later. Early deliveryis acceptable. Item 0004: Repair of PX 153 CONTROLLER NSN: 5895-01-592-8999 P/N: A32222-000 BEQ: 2 ea/year (1 ea during 6 month option) Delivery: To be determined Item 0005: Over & Above for NSN: 5996-01-594-1973 and 5895-01-592-8999 BEQ: As required Delivery: To be negotiated Item 0006: Data; 1 Lot. Delivery: 1 unit �In Accordance with CDRLs.� Earlydelivery is acceptable. ShipTo: ShippinginstructionswillbeprovidedbytheProductionManagement Ship To: Shipping instructions will be provided by the Production ManagementSpecialist (PMS) prior to any shipments of serviceable assets. Duration of Contract Period: The anticipated period of performance (PoP)inclusive of all options is 66 months. Sources: There are currently two approved sources for this repair eff ort:Raytheon Company and ETM-Electromatic, Inc. Due to the complexity andcriticality of these items, only the pre-approved source meet the USAFrequirements. These sources have demonstrated the ability to successfullyprovide the repair and overhaul services and has access to the required data. However, all responsible sources may submit a bid, proposal, or quotationwhich shall be considered by the agency (FAR 5.207(c)(16)(i)). Other than the current approved USAF sources, all other interested off erorsmust demonstrate at the time of proposal submission that they have obtainedthe necessary repair and technical data from the approved sources that wouldallow them to complete the work required by this solicitation. The proposedaward will not be delayed in order to provide a potential off eror with theopportunity to become an approved USAF source. Set-aside: N/A The Government intends to issue solicitation FA8119-21-R-0014 on or around 17September 2021 with an estimated response time of 30 days. The anticipatedaward date is November 2021. The solicitation will be posted to SAM.gov andthe response dates will be noted in the solicitation. This notice does not in itself represent the issuance of a formal request forproposal and is not intended to be taken as such. The Government intends to use policies contained in Part 15, Contracting byNegotiation, in its solicitation for the described services. All questions regarding this notice are to be submitted in writing via E-mail. Allquestions submitted to this off ice are subject to be posted in this notice alongwith the appropriate response(s). Vendor identities will not be disclosed. Prospective off erors must comply with all the requirements of the solicitationand any attachments thereto to be considered responsive. All off erors are tospecify in their response whether they are a large business, small business,small disadvantaged business, 8(a) concern, women-owned small business,HUBZone small business, veteran-owned small business or service-disabledveteran-owned small business. Also off erors must specify whether they are aU.S. or foreign-owned firm. An Ombudsman has been appointed to hear concerns from off erors or potentialoff erors during the proposal development phase of this acquisition. Thepurpose of the Ombudsman is not to diminish the authority of the programdirector or contracting off icer, but to communicate contractor concerns, issues,disagreements, and recommendations to the appropriate governmentpersonnel. When requested, the Ombudsman will maintain strict confidentialityas to source of the concern. The Ombudsman does not participate in theevaluation of proposals or in the source selection process. Interested parties areinvited to call the Ombudsman at 405-736-3273. DO NOT CALL THIS NUMBERFOR SOLICITATION REQUESTS. ANY AND ALL Inquiries shall be made electronically via email to the POCslisted below for this posting.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/872e19718805477ab9dbea666b62b881/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06180186-F 20211120/211118230122 (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.