Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 1,1997 PSA#1836

Oc-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