Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 26,1999 PSA#2395

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

J -- REPAIR OF ALE-50 COMPONENTS SOL F09603-99-R-52666 DUE 091099 POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Salena W Arrington/Lnkc/[912]926-7000 Repair of various components applicable to the ALE-50 System. Classified. Basic and four one-year options (Requirements-type contract. Sole source to Raytheon, Goleta, CA. (Mfg. Code 06129) The following identifies the NSN, P/N, and Best Estimated Quantity (BEQ) for each item: (a) NSN 5865-01-448-3035EW, P/N G555563-3, BEQ-36 ea (b) NSN 5985-01-448- 3036EW, P/N G556301-2, BEQ- 1 ea (c) NSN 5895-01-448-4900EW, P/N G556301-1, BEQ- 4 ea (d) NSN 5895-01-449-2050EW, P/N 3410AS100-3, BEQ-19 ea (e) NSN 5915-01-449-2053EW, P/N G556100-2, BEQ- 2 ea (f) NSN 5865-01-448-3044EW, P/N G556301-3, BEQ-9 ea. Data will also be procured from Raytheon. EXPORT CONTROL. Item 0002 17. Item 0003 17.. Item 0004 17. Item 0005 17.. Item 0006 17.. FAX #: 912-926-7211 CLASSIFIED The approximate issue/response date will be 11 AUG 1999. Written procedure will be used for this solicitation. To: Raytheon Co, Goleta Ca 93117-0000. 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. 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. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. 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 concern. SYNEND 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. !! Posted 07/22/99 (I-SN357461). (0203)

Loren Data Corp. http://www.ld.com (SYN# 0071 19990726\J-0016.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page