Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2002 FBO #0103
SOLICITATION NOTICE

14 -- Fin Guided Missile

Notice Date
3/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron Street, Warner Robins ALC, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
F09603-02-Q-40249
 
Response Due
5/3/2002
 
Archive Date
5/18/2002
 
Point of Contact
William (Bill) Downs, Contract Specialist, Phone (478)926-0872, Fax (478)926-5407,
 
E-Mail Address
Bill.Downs1@robins.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Fin Guided Missile (120C) SOL F09603-02-Q-40249 Anticipated solicitation issue date will be 3 Apr 2002 and anticipated quote due date will be 30 days thereafter, e.g. 3 May 2002. To obtain a userid and password to access data, contact, WR-ALC/PKXOC include mfg code and certification number (see below). For additional information contact Bill Downs/LKKA/[478]926-0867 fax 478-926-5407 or email bill.downs1@robins.af.mil. Description:: Item 0001 NSN 1420-01-397-0140WR P/N: G601895, Dim: 12.360" Base X 5.20" H; Matl: .015 Nickel Alloy, Inconel 718, ams 5662. Function: Provides directional control after launch.. Simplified Acquisition Procedures (SAP) apply in accordance with FAR part 13. Insurance Policy procedures as described below. Mission Essential Qty (MEQ) 16, 3 First/Articles (1 expended) 2 Options: Opt 1 1-20 ea; Opt 2 1-20 Ea. Applicable to: AIM-120C AMRAAM Missile. Destn: to be determined . Delivery:18 Mar 2003. . Fax Number (478) 926-7572 The approximate issue/response date will be 11 NOV 1999. The anticipated award date will be 10 May 2002. Electronic procedure will be used for this solicitation. Solicitation will be posted on FedBizOpps.. Previously qualified source is: Marvin Engineering Co Inc, Inglewood CA 90302-2903. First article test required. from any unproven source. 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). 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 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 Kim McDonald, Chief, Contract Policy Division, at 478-926-1922. Please be prepared to identify previous contacts made by you in an attempt to resolve your concerns. See Note (s) 1, 22, 26.
 
Record
SN00042109-W 20020315/020313213238 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.