Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 24,1998 PSA#2123

WR-ALC/PKXOA, 235 BYRON ST, ROBINS AIR FORCE BASE GA 31098-1611

14 -- LAUNCHER, GUIDE MISSILE SOL F09603-98-R-40041 DUE 081298 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Michael Bloodworth/Lkkb/[912]926-9097 Item 0001 NSN 1440-01-378-8014 P/N: 3820470-135, Dim: 6.09" H x 3.78" W x 107.75" L. WT 95.9 lb. Func: Used to carry and launch the AIM-120 missile from the F-18 aircraft. MAtl. Aluminum, steel. 162ea. Opt 01 100 ea, Opt 02 216 ea, Opt 03 288 ea, Opt 04 200 ea Opt 05 100 ea Applicable to: F-18 Aircraft/Aim-120. Destn: Destination will be provided at time of award.. Delivery: 30 Jun 99 162 ea Alternate delivery quantities: Alt A Item 0002 NSN 1440-01-315-4103 Launcher, Guide Missile P/N: 20490-137, Dim: 6" H x 3.62" W x 102.98" L. WT 90 lbs. Func: Used to carry and launch the AIM-120 missile from the F-16 aircraft. Matl: Aluminum, steel. 210ea. Opt 01 91 ea, Opt 02 100 ea, Opt 03 100 ea, Opt 04 100 ea Applicable to: F-16 And Aim-120. Destn: Destination will be provided at time of award.. Delivery: 30 Jun 99 210 ea Alternate delivery quantities: Alt A Item 0003 NSN 1440-01-316-1238 Launcher, Guide Missile P/N: 3820480-135, Dim: 6" H x 3.62" W x 102.98" L x WT 90 lb. Func: Used to carry and launch the AIM-120 missile from the F-15 aircraft. Matl: Aluminum, Steel. 250ea. Opt 01 100 ea, Opt 02 125 ea, Opt 03 125 ea, Opt 04 100 ea Opt 05 100 ea Applicable to: F-15 Aircraft/Aim-120. Destn: Destination will be provided at time of award.. Delivery: 30 Jun 99 250 ea Alternate delivery quantities: Alt A To obtain a copy of solicitation package send a written request or a FAX (912) 926-7572. The approximate issue/response date will be 13 Jul 98. 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. 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 asoptions 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. (0173)

Loren Data Corp. http://www.ld.com (SYN# 0166 19980624\14-0001.SOL)


14 - Guided Missiles Index Page