|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 6,1999 PSA#2489WR-ALC/PKXOA, 235 BYRON ST, ROBINS AIR FORCE BASE GA 31098-1611 59 -- BACKPLANE ASSY SOL F09603-00-R-50002 DUE 012100 POC MAIL TO
ABOVE ADDRESS include mfg code, For additional information contact
David Miltner/Lnkb/[912]926-2607 WEB: WR-ALC Directorate of Contracting
Acquisition, http://pkec.robins.af.mil. E-MAIL: Click Here to E-mail
Buyer*****, David.Miltner@robins.af.mil. Item 0001 NSN
5998-01-416-1095EW P/N: 329484-000, Dim: 6" x 20" x. 5"; Matl:
phenolic; Func: Backplane, interface. Insurance Policy Acquisition. 2
ea First Articles required for non qualified sources, 16 ea production
units. 18 ea Mission Essential Qty(MEQ) for qualified sources. Option
I Qty ranges 1-5 ea, 6-10 ea & 11-19 ea, Option II Qty ranges 1-5 ea,
6-10 ea & 11-14 ea. Data available via WEB. 18EA. Applicable to:
An/Alr-56c. Destn: Robins Air Force Base Ga 31098-1611. Delivery:30 Aug
2000 18 ea Item 0002 NSN 5998-01-416-1095EW Backplane Assy P/N:
329484-000, Dim: 6" x 20" x. 5"; Matl: phenolic; Func: Backplane,
interface. Insurance Policy Acquisition. 2 ea First Articles required
for non qualified sources, 16 ea production units. 18 ea Mission
Essential Qty(MEQ) for qualified sources. Option I Qty ranges 1-5 ea,
6-10 ea & 11-19 ea, Option II Qty ranges 1-5 ea, 6-10 ea & 11-14 ea.
Data available via WEB. 18EA. Applicable to: An/Alr-56c. Destn: Robins
Air Force Base Ga 31098-1611. Delivery:30 Aug 2000 18 ea FAX No. 912
926-7214. RFP will be posted on the WEB at http://pkec.robins.af. mil
The approximate issue/response date will be 22 DEC 1999. Electronic
procedure will be used for this solicitation. See our Web page. To:
Tyco, Stafford Springs Ct 06076 0000. First article test required.
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. All potential offerors should contact the
buyer/PCO identified above for additional information and or to
communicate concerns, if any, concerning this acquistion. 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 to
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) 22 & 23.. Posted 12/02/99
(I-SN405207). (0336) Loren Data Corp. http://www.ld.com (SYN# 0217 19991206\59-0007.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|