Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2002 FBO #0154
SOLICITATION NOTICE

15 -- STRUCTURAL PANELS APPLICABLE TO THE C-5 AIRCRAFT

Notice Date
5/3/2002
 
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-R-35007
 
Response Due
6/20/2002
 
Archive Date
6/30/2002
 
Point of Contact
Mike Shelley, Contract Negotiator, Phone (478) 926-7403, Fax (478) 926-7649,
 
E-Mail Address
Mike.Shelley@robins.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
DESC: This requirement is a total small business set-aside. It will be a firm fixed price indefinite delivery-indefinite quantity contract for manufacture of Structural Panels applicable to the C-5 aircraft. CLIN 0001 Structural Panel, NSN 1560-00-481-4503UC, P/N: 4F75215-190A, 2 ea First Article, 2 ea Production, max qty of 50 over 5 years; CLIN 0002 Structural Panel, NSN 1560-00-404-1803UC, P/N: 4W13500-120A, 1 ea First Article, 3 ea Production, max qty of 35 over 5 years; CLIN 0003 Structural Panel, NSN 1560-00-249-5789UC, P/N: 4F75395-237B, 2 ea First Article, 14 ea Production, max qty of 100 over 5 years; CLIN 0004 Structural Panel, NSN 1560-00-409-7073UC, P/N: 4P22017-211A, 1 ea First Article, 8 ea Production, max qty of 25 over 5 years; CLIN 0005 Structural Panel, NSN 1560-01-014-4483UC, P/N: 4J31115-125A, 1 ea First Article, 4 ea Production, max qty of 25 over 5 years; CLIN 0006 Structural Panel, NSN 1560-00-014-6137UC, P/N: 4F75032-251A, 2 ea First Article, 20 ea Production, max qty of 125 over 5 years; CLIN 0007 Structural Panel, NSN 1560-00-498-1135UC, P/N: 4F75226-134A, 2 ea First Article, 4 ea Production, max qty of 50 over 5 years; CLIN 0008 Structural Panel, NSN 1560-01-116-2221UC, P/N: 4J50012-113B, 1 ea First Article, 1 ea Production, max qty of 25 over 5 years; CLIN 0009 Structural Panel, NSN 1560-01-116-2223UC, P/N: 4J50012-116C, 1 ea First Article, 1 ea Production, max qty of 25 over 5 years. Each CLIN will have a minimum and maximum for each year. The requirement is for a three year Basic period and 2 one year options consisting of various quantity ranges (minimum order of 1 for each year and a maximum order of 25 for each year). The contract maximum for all CLINs will be 460 ea. MATL: Aluminum and Honeycomb Core FUNCTION: Structural Panels with various functions on the aircraft DELIVERY: First Article delivery will be 110 calendar days after receipt of the order and will be phased in. Delivery will be to Robins AFB GA 31098. DATA IS AVAILABLE FOR THIS REQUIREMENT. The approximate RFP issue date will be 20 May 02 with the approximate response date of 20 Jun 02. RFP will be available for viewing or downloading at www.fedbizopps.gov only. No telephone requests. NO HARD COPIES WILL BE ISSUED. Email and fax responses to the RFP are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. All potential sources 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 Contracting 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 the proposals or in the source selection process. When appropriate, potential offerors may contact Ombudsman Kathy Cames, Contract Policy Division, at 478-926-2604. Please be prepared to identify previous contacts made by you in an attempt to resolve your concerns. 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 legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for password access. 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 Dept. of Defense Form 2345 or call DLSC at the above number. The data package will be made available 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). For assistance in interpreting the CBD announcements, please see the CBD Reader?s guide. See Notes 1 and 8.
 
Record
SN00071059-W 20020505/020503213244 (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.