|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 6,1995 PSA#1319Wr-Alc/Pkxoc, 235 Byron St, Robins Air Force Base Ga 31098-1611 R -- ENGINEERING SERVICES SOL F09603-95-R-51922 DUE 052495 POC For
copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
information contact Debra G. Boggero/Lnkb/912-926-2607 The USAF intends
to procure F-15 Tactical Electronic Warfare System (TEWS) antenna
coupler sets (ACSs) to be used for end-to-end testing of Electronic
Warfare equipment installed on the F-15 A-E aircraft. The required
ACSs, include the following hardware/end items: F-15A/B/C/D/E Radar
Warning Receiver ACS P/N 4693 ALR-56, F-15A/C Internal Countermeasure
Set ACS P/N 4697 ALQ-135 Band 1, 2, 3, and F-15E ACS P/N 4750 ALQ-135
Band 1.5, 3, (each ACS consists of antenna couplers, test probes,
interconnects, and cable assemblies. Each ACS, when packed in transit
cases has a nominal weight of 160 to 240 pounds and a nominal package
volume of 25 to 38 cu/ft). These ACSs were designed and developed under
a previous USAF contract. Limited quantities have been procured and
have been in use by the 87th Aggressor Squadron for several years. The
USAF need additional quantities of these ACSs for operational units.
These ACSs will be used for interim end-to-end testing as well as with
the Joint Service Electronic Combat System Tester (JSECST). This
solicitation will be issued to Tech Resources, Inc., Milford, NH, mfg
59991. Data. Classified. Basic Year: P/N 4693 - 24 EA, P/N 4697 - 14
EA, P/N 4750 - 10 EA. Opt: 6 EA for each part number. fax no:
912-926-7572 classified The approximate issue/response date will be 24
Apr 95. To: TECH RESOURCES, INC, MILFORD, NH. No telephone requests.
Only written or faxed requests received directly from the requestor are
acceptable. All responsible sources may submit a bid, proposal, or
quotation which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
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. This
acquisition may/does involve technology that has a military or space
application. The only US contractors who may participate are those that
are certified and registered with DLSC (1-800-352-3572) and have a
legitimate business purpose. US contractors must submit a copy of their
current, approved DD Form 2345 with their request for solicitation. To
request this certification, write to the Commander, Defense Logistics
Services Center, ATTN: DLSC-FEB, Federal Center, Battle Creek MI
49017- 3084 and request a copy of Department of Defense Form 2345 or
call DLSC at the above number. The solicitation/data package will be
mailed to the data custodian identified in block 3 of the DD Form 2345.
The extent of foreign participation has not yet been determined. MOU
country sources must contact the Contracting Officer within 15 calendar
days of the date of this synopsis notice to receive a copy of the
solicitation at the time it is initially issued. Issuance of the RFP
will not be delayed to review requests from MOU country sources
received after 15 day or from non-MOU country sources. See Note (s) 22.
(0094) Loren Data Corp. http://www.ld.com (SYN# 0099 19950405\R-0003.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|