|
COMMERCE BUSINESS DAILY ISSUE OF APRIL 13,1995 PSA#1324Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker
Air Force Base Ok 73145-3028 66 -- YAW DAMPER CONTROL SOL F34601-95-R-35369 DUE 060995 POC For
copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information
contact Ron Johnson/Lidic/(405)739-5510 Item 0001 NSN 6615-01-038-7297
P/N: 777-1406-056, Dim: 14.132 in long x 2.395 in wide x 3.49 in high.
Func: processes autopilot command signals for the rudder axis of c130
acft. Matl: Steel with electronic components. 1EA. Applicable to:
C130h. Destn: DEG005/DA5KDG. Delivery: 31 Nov 96 1 EA Item 0002 NSN
6615-01-038-7297 Yaw Damper Control P/N: 777-1406-056, Dim: 14.132 in
long x 2.395 in wide x 3.49 in high. Func: processes autopilot command
signals for the rudder axis of c130 acft. Matl: Steel with electronic
components. 1EA. Applicable to: C130h. Destn: DEG005/DA5KDG. Delivery:
31 Nov 96 1 EA Item 0003 NSN 6615-01-038-7297 Yaw Damper Control P/N:
777-1406-056, Dim: 14.132 in long x 2.395 in wide x 3.49 in high. Func:
processes autopilot command signals for the rudder axis of c130 acft.
Matl: Steel with electronic components. 1EA. Applicable to: C130h.
Destn: DEG005/DA5KDG. Delivery: 31 Nov 96 1 EA Item 0004 NSN
6615-01-038-7297 Yaw Damper Control P/N: 777-1406-056, Dim: 14.132 in
long x 2.395 in wide x 3.49 in high. Func: processes autopilot command
signals for the rudder axis of c130 acft. Matl: Steel with electronic
components. 1EA. Applicable to: C130h. Destn: DCNOCK/DCKKCT. Delivery:
31 Nov 96 1 EA Item 0005 NSN 6615-01-038-7297 Yaw Damper Control P/N:
777-1406-056, Dim: 14.132 in long x 2.395 in wide x 3.49 in high. Func:
processes autopilot command signals for the rudder axis of c130 acft.
Matl: Steel with electronic components. 2EA. Applicable to: C130h.
Destn: DCNOCP/DCPKCT. Delivery: 31 Nov 96 2 EA Qualification
requirements: Sources must be qualified prior to being considered for
award. The solicitation will contain instructions for obtaining further
information on this requirement. The qualification requirements for
this item were established prior to 19 Oct 1984 and the requirements of
FAR 9.202(A) do not apply. These qualification requirements apply to
line item(s) 0001-0005 Surplus material is acceptable. This is a FMS
requirement. The approximate issue/response date will be 10 May 95. To:
Rockwell International, Cedar Rapids Ia 52498-0001. 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. The proposed contract action is for supplies and services
for which the Government intends to solicit and negotiate with only
one, or a limited number of sources under the authority of FAR 6.302.
Interested persons may identify their interest and capability to
respond to the requirement or submit proposals. This notice of intent
is not a request for competitive proposals. However, all proposals
received within forty five-days (thirty days if award is issued under
an existing basic ordering agreement) after date of publication of this
synopsis will be considered by the Government. A Determination by the
Government not to compete this proposed contract based upon responses
to this notice is solely within the discretion of the Government.
Information received will normally be considered solely for the purpose
of determining whether to conduct a competitive procurement. Award will
be made only if the offeror, the product/service, or the manufacturer
meets qualification requirements at the time of award in accordance
with FAR clause 52.209-1. The solicitation identifies the office where
additional information can be obtained concerning qualification
requirements as cited in each individual solicitation. It is suggested
that small business firms or others interested in subcontracting
opportunities in connection with the described procurement make contact
with the firm(s) listed. Specifications, plans, or drawings relating to
the procurement described are incomplete or not available and cannot be
furnished by the Government. Note: While price will be a significant
factor in the evaluation of offers, the final contract award decision
may be based upon a combination of price and past performance factors
as detailed in the solicitation. 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)
736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note:
Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker
AFB OK 73145-3015, FAX NUMBER (405)739-5411. (0101) Loren Data Corp. http://www.ld.com (SYN# 0386 19950412\66-0001.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|