|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 17,1998 PSA#2160Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air
Force Base, Ut 84056-5825 13 -- INITIATOR, SMDC/GAS SOL F42630-98-R-2042 DUE 100298 POC For
copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
information contact Genee Ringel/Likm/[801]775-2093 Item 0001 NSN
1377-01-269-8061ES P/N: 3384100, P/N 826590-1 3384100 Acft ejection
system life support ballistic device with net explosive weight of
0.0050 lbs. Material: Stainless steel enclosing explosive charge.
Dimensions: 4.00 in x 2.50 in x 1.50 in and is ballistically initiated.
Function: provides gas pressure to activate inertia reel and seat
catapult during emergency egress. Alternate NSN: 1377013840106ES & P/N
6110100; NSN: 1377014300447ES & P/N: 826590-1. All suppliers of these
item must meet all requirement of commercial and government entity
43999 specificaiton control drawing. 228ea. Applicable to: B-1 Acft.
Destn: Hill Air Force Base, Ut 84056-5825. Delivery: 31 Dec 99 228 ea
Item 0002 NSN 1377-01-234-8510ES Initiator, Gas Smdc P/N: 3384200, P/N
826590-1 3384100 P/N: L320C2006, P/N 826599 Acft ejection sys (life
support) ballistic device. Predominant matl aluminum with explosive
charge of. 0044 lbs, length 4.00 in, width 2.7 in x 1.00. ballistic
initiated. Function: converts SMDC signal to gas signal. Alternate NSN:
1377013849246ES and P/N 6110200. NSN: 1377014320349ES & P/N: 826599-1.
111ea. Applicable to: B-1. Destn: Hill Air Force Base, Ut 84056-5825.
Delivery: 31 Dec 99 111 ea Item 0003 NSN 1377-01-244-9273ES Initiator,
Gas Smdc P/N: 826837-1, P/N 3383100 P/N: 6108100, P/N 826837-1 MT60
Acft ejection system life support ballistic device. Predominant
material is aluminum with explosive charge of. 0006 lbs. Dimensions:
3.27 in x 2.00 in X. 93 in diameter and is ballistically initiated.
Function: converts gas pressure to explosive signal which initiates
SCDC in the emergency egress system. Alternate NSN 1377013758919ES &
1377014368364ES and P/N: 6108100 155ea. Applicable to: B-1 Acft. Destn:
Hill Air Force Base, Ut 84056-5825. Delivery: 31 Dec 99 155 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 requirements of
FAR 9.202(A) havebeen completed and copies of the qualification
requirements and standards may be obtained as described in the
solicitation. These qualification requirements apply to line item(s)
all Copy of solicitation may also be obtained at website
http://contracting.hill.af.mil/html/3098r2042/com3098r2042.htm The
approximate issue/response date will be 02 Sep 98. To: Teledyne
Mccormick Selph, Hollister Ca 95024 0006. To: Oea Aerospace Inc,
Fairfield Ca 94533-0659. To: Scot Inc, Downers Grove Il 60515-0705. 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 additionalinformation 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. Request
for copies of solicitations must reference the entire solicitation
number, including purchasing office identification number. To expedite
your request, limit the number of individual solicitation numbers
requested per letter to not more than 10. Don't request information on
this requirement until after the issue date. 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 the 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 Brent W. Kendall if
your concerns are not satisfied by the contracting officer
(801)777-6991. ATTENTION: Contractor must be registered with Central
Contractor Registration by 1 Jun 98 to be eligible for contact award or
payment from any DOD activity. Information on registration and annual
confirmation requirements may be obtained by calling 1-888-227-2423, or
via the Internet at http://ccr.edi.disa.mil This acquisition involves
data that are subject to export control laws and regulations. Only
contractors who are registered and certified with the Defense Logistics
Services Center (DLSC) shall be provided copies of the solicitation or
other data subject to foreign disclosure restrictions. Contact the
Defense Logistics Services Center, 74 Washington Avenue N., Battle
Creek, Michigan 40917-3084 (1-800-352-3572) for further information on
the certification process. You must submit a copy of your approved DD
Form 2345, Military Critical Technical Data Agreement, with your
request for the solicitation. Posted 08/13/98 (I-SN236407). (0225) Loren Data Corp. http://www.ld.com (SYN# 0243 19980817\13-0004.SOL)
13 - Ammunition and Explosives Index Page
|
|