Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 16, 2002 FBO #0257
SOLICITATION NOTICE

14 -- Procurement of Flight Termination (FTS) Receivers To Support AGM-130 Test Requirements

Notice Date
8/14/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FTS-WMGK-08-14-02
 
Point of Contact
Kathy Corbin, Contract Specialist, Phone (850)882-9514 X 2242, Fax (850)882-0877, - Jeff Cox, Contracting Officer, Phone (850)882-9514 x 3207, Fax (850)882-0877,
 
E-Mail Address
kathy.corbin@eglin.af.mil, jeffrey.cox@eglin.af.mil
 
Description
The Precision Strike System Program Office (WMG), Contracting Directorate, Air Armament Center (AAC), Eglin AFB, Florida, intends to solicit and award a Firm-Fixed Price, Sole Source contract to Herley Industries, Inc., 3061 Industry Drive, Lancaster, PA 17603, (717) 397-2777. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quotation is being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code for this acquisition is 334511, with a small business standard size of 750 employees. Please identify your business size if you respond based on this standard. Herley Industries, Inc. is the only known qualified source to perform this effort by the specified delivery date for (12 EA) Flight Termination System (FTS) Receivers (P/N 570006-112) to support AGM-130, FY 2003, Weapons System Evaluation Program (WSEP) test requirements. These items are to be delivered FOB Destination to Eglin AFB, Florida. Interested parties may submit statements of capability (SOC) demonstrating their ability to: (1) Demonstrate, technical knowledge of the AGM-130 and its? Flight Termination System requirements for safe operation performance that meets the specification requirements dictated by Range Safety at Eglin AFB, FL and Utah Test and Training Range (UTTR); (2) Adequate production facilities and production capabilities to produce and assemble a comparable receiver that meets safety requirements, flight qualifications, and current AGM-130 hardware interfaces; and (3) Perform production and meet the required delivery schedule of NLT March 2003. Responses will be evaluated based upon knowledge of the aforementioned systems and the capability to deliver, with configuration updates, 12 (twelve) Flight Termination System (FTS) Receivers within the required delivery schedule. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. FAR 52-212-1, Instructions to Offerors-Commercial Items and any addenda to the provision; (10/2000) 52.212-2, Evaluation-Commercial Items (Evaluation will be based on price or price-related factors); (1/99) 52-212-3 Offeror Representations and Certifications-Commercial Items (4/2001). Note: Offerors must submit a complete copy with their offers. (To request an electronic copy of 52.212-3, respond with an e-mail to one of the below e-mail addresses); 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (5/2001) selecting the following sub-clauses for this acquisition: 52.222-19, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-3 Alt I. Also, clauses 52,232-33, Mandatory information for Electronic Funds Transfer payments; (5/99) 52.247-34, F.O.B Destination; (11/91) 52.252-2, Clauses Incorporated By Reference; (2/98) 52.252-6, Authorized Deviations in Clauses; (4/84) DFARS, 252-204-7004, Required Central Contractor Registration (CCR); (3/00) 252.212-7001, Contract terms and conditions required to implement statutes or Executive Orders applicable to Defense acquisitions of Commercial Items (12/00). To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. The quote format is at the discretion of the offeror. All responses must be received no later than 4:00 P.M., Central Standard Time on 27 Aug 2002. Send all quotations to Kathy Corbin, 102 West D. Avenue, Suite 300, Eglin AFB, FL 32542-6807, or by facsimile to 850-882-0877, or E-mail kathy.corbin@eglin.af.mil; or Mr. Jeffrey D. Cox, Contracting Officer at extension 3207 or e-mail: jeffrey.cox@eglin.af.mil. For further information on this synopsis concerning technical questions, contact Lt. Shane Olsen at extension 2138 or e-mail: stephen.olsen@eglin.af.mil. An ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the program director or contracting officer, but communicates 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 Dr. Mario Caluda, at e-mail: mario.caluda@eglin.af.mil.
 
Record
SN00140523-W 20020816/020814213445 (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.