Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2002 FBO #0384
SOLICITATION NOTICE

58 -- ECP for TSA Retrofit applicable to ALE-50

Notice Date
12/19/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
F09603-03-Q-52338
 
Point of Contact
Salena Arrington, Contract Specialist, Phone (478)926-7000, Fax (478)926-7211,
 
E-Mail Address
Salena.Arrington@robins.af.mil
 
Description
The proposed contract action is to obtain an Engineering Change Proposal (ECP) for the Transient Suppression Assembly (TSA) retrofit for which the Government intends to solicit and negotiate with only one source Raytheon, Goleta CA (MC 06129) under authority of FAR 6.302. The AN/ALE-50(V) is a towed decoy system designed to increase the survivability of tactical aircraft by sufficiently decoying radar-guided missile threats away from host platforms. When employed on F-16 aircraft, the ALE-50 is carried in, deployed from, and controlled by 1x2 (one launcher containing two decoys) launcher controllers (LCs). Early versions (production lots 1, 2 and 3) of the 1x2 LC have experienced numerous failures during operational use due to Electro Static Discharge (ESD) energy dissipation. A TSA has been designed to protect LCs from ESD damage, and was incorporated into production lots 4 and subsequent. However, 668 early version LCs have been fielded and require retrofit with TSA assemblies in order to ensure their continued viability during operational use. In order to retrofit early version LCs with TSA assemblies, the government requires an Engineering Change Proposal (ECP) to describe and provide the process. The present effort is to initiate and obtain the ECP required for the TSA retrofit. 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. The solicitation document contains information that has a military or space application. Only businesses that have been certified by the Department of Defense and have a valid need to know may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345. 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 the Defense Logistics Services Center on 800/352/3572. 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). Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. 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 or in the source selection process. When appropriate, potential offerors may contact Ombudsman Kathy Cames, 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.
 
Place of Performance
Address: 6380 Hollister Ave., Goleta CA 93117
 
Record
SN00227083-W 20021221/021219213718 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.