|
COMMERCE BUSINESS DAILY ISSUE OF MAY 1,1997 PSA#1836Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker
Air Force Base Ok 73145-3028 J -- CRT AND YOKE ASSEMBLY SOL F34601-97-R-48437 DUE 061197 POC For
copy, OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional information
contact Jim Mcneill/Lidia/[405]739-4408 J066 -- A request for proposal
will be issued to Honeywell Inc, Phoenix Az for the repair/Overhaul of
the CRT & Yoke Assembly applicable to the F- 15 ACFT. A Firm Fixed
Price, Fixed Quantity type contract for a period of 15 months. Item to
be repaired/overhauled; NSN 6610-01-039-9294, NOUN: CRT AND YOKE
ASSEMBLY, P/N 4008052-903, Quantity; 132 ea., ITEM Dimensions; 19" L x
4" H x 4" W. Material content' Glass envelope (tube), copper wire
windings, misc electronic devices. Description and function of item;
Four inch cathode ray tube and deflection yoke assembly with integrated
electronics which is used in end item, F-15 navigation multiple
indicator (ANMI) to display aircraft weather radar, weapons and various
navigational flight data to pilot on main instrument panel. Deliveries
are to be made to Robins AFB, GA at the rate of 10 ea. per month.
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 requirements of
FAR 9.202(A)1(II)-(A)4 have been waived as it is unreasonable to
comply at this time. These qualification requirements apply to line
item(s) 0001 The approximate issue/response date will be 12 May 97. To:
Honeywell Inc, Phoenix Az 85027-2837. No telephone requests. Only
written or faxed requests received directly from the requestor are
acceptable. All responsible sources solicited 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
opportunitiesin 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: 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. This acquisition involves
technology that has a military or space application. The only US
contractors who may participate are those that are certified and
registered with the Defense Logistics Services Center (DLSC)
(1)800)352)3572) at the time of the request and have a legitimate
business purpose. US contractors must submit with their request for
solicitation a copy of their current, approved DD Form 2345 if obtained
within the last 60 days. If you do not have a cage code but you have a
current certified DD Form 2345, you must submit your DD Form 2345 with
your request. To request this certification, write to the Commander,
United States/Canada Joint Certification Office, Defense Logistics
Services Center, ATTN: DLSC)SBB, 74 Washington Avenue North, 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 in accordance with the current solicitation mailing process.
The extent of foreign participation has not yet been determined.
Nothing in this notice contradicts other restrictions, identified in
the synopsis notice or solicitation, regarding eligible sources (e.g.,
if this is a small)business set)aside, foreign sources may not
participate as potential prime contractors but could, if otherwise
eligible, participate as subcontractors). See Note (s) 26. (0118) Loren Data Corp. http://www.ld.com (SYN# 0027 19970501\J-0001.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|