|
COMMERCE BUSINESS DAILY ISSUE OF MAY 22,1998 PSA#2101WR-ALC/PKXOA, 235 BYRON ST, ROBINS AIR FORCE BASE, GA 31098-1611 58 -- CONTROL DISPLAY UNIT SOL F09603-98-R-50791 DUE 070898 POC For
copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
information contact Anthony Dunn/Lnkb/[912]926-2607 Item 0001 NSN
5865-01-269-9804EW P/N: 628100, Dim: Approx 4.13" W X 5.75"H X 5.07"D.
Mat: Aluminum Circuit Assemblies and Electronic components. Funct:
Provides power control for the IRWR, built in test control and status
indications. Weight 2.75 lbs. 7ea. Opt 01 16 ea, Opt 02 16 ea
Applicable to: An/Aar-47. Destn: Robins Air Force Base Ga 31098-1611.
Delivery: 30 JUN 99 7 ea 31 DEC 99 16 ea 31 DEC 99 16 ea Alternate
delivery quantities: Alt A Item 0002 NSN 5865-01-298-2524EW Dewar
Assembly P/N: 628392, DIMENSIONS: 3"LX 2"WX 3"H. FUNCTION: DETECTS
OPTICAL SIGNALS. WEIGHT: ONE POUND. 25ea. Opt 01 39 ea, Opt 02 39 ea
Applicable to: Aar-44. Destn: Robins Air Force Base Ga 31098-1611.
Delivery: 30 JUN 99 25 ea 30 DEC 99 39 ea 30 DEC 99 39 ea Alternate
delivery quantities: Alt A FAX 912-926-7572 CLASSIFIED The approximate
issue/response date will be 08 Jun 98. To: Cincinnati Electronics
Corp, Mason Oh 45040-9699. First article test required. 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. 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 is 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. Security clearance will be required of all
bidders offerors. All potential offerors should contact the buyer/PCO
identified above for additional information and/or to communicate
concerns, if any, concerning this acquisition. If your concerns are not
satisfied by the contacting officer, an Ombudsman has been appointed to
hear serious concerns that are not resolved through established
channels. The purpose of the Ombudsman is not to diminish the authority
of the program director or contracting officer, but communicate serious
contractor concerns, issues, disagreements, and recommendations to the
appropriate government personnel. When requested, the Ombudsman will
maintain strict confidentiality as to the source of the concern. The
Ombudsman does not participate in the evaluation of proposals in the
source selection process. When appropriate, potential offerors may
contact Ombudsman James Grant, Chief, Contract Policy Division, at
912-926-2604. Please be prepared to identify previous contacts made by
you in an attempt to resolve your concerns. This acquisition will be
processed in accordance with AFMC FAR Sup 5352.217-9018 (Mission
Essential Quantity): If a proven source is not the low offeror, the
basic quantity may be split into a First Article quantity, for award to
the low unproven offeror, and a Minimum Essential Quantity, for award
to the proven source, with the balance of the requirement established
as options in both contracts. Authority 10 U.S.C. 2304(c)(1), "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" may apply. Numbered Note 22 applies
only to the quantity identified as the mission essential quantity in
the solicitation. 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 days or from
non-MOU country sources. 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. (0139) Loren Data Corp. http://www.ld.com (SYN# 0312 19980522\58-0002.SOL)
58 - Communication, Detection and Coherent Radiation Equipment Index Page
|
|