Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2003 FBO #0451
SOLICITATION NOTICE

15 -- Longeron

Notice Date
11/25/2002
 
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-R-30765
 
Response Due
1/17/2003
 
Point of Contact
Lenora Pinkett, Contract Negotiator, Phone (478)926-7351, Fax (478)926-7338, - Cheryl Ficklin, Contracting Officer, Phone (478)926-7395, Fax (478)926-7338,
 
E-Mail Address
Lenora.Pinkett@robins.af.mil, Cheryl.Ficklin@robins.af.mil
 
Description
Synopsis is for Item 0001, NSN: 1560-01-374-6475LG, P/N 362538-1R; Dimensions: .071 X 10 X 72; Material: 2024-0 CLAD Aluminum; Function: Provides structural support for oil cooler assy for engine; applicable to the C-130 acft. Destn: Robins Air Force Base Ga 31098-1647; Delivery: Line item 0001, 2 each First article 180 Days After first article approval; Line item 0002 34 each production 30 May 2003; Line item 0003, 16 each (Mission Essential Quantity (MEQ), Feb 03, MEQ Option qty 16-52 each; Production Option incremental qty ranges 40-70 and 71-100 each; Out-year option incremental quantity ranges 40-70 and 71-100 each. A firm fixed price contract is contemplated. Telephone number 478-926-7351; Telefax number 478-926-7338. The approximate issue date will be 16 Dec 02 with a response of 17 Jan 03. Electronics procedures will be used for this solicitation. See web page at http://pkec.robins.af.mil to Airborn Technologies cage code 58730 and Lockheed Corp cage code 1WL60. 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 acquisition. Insurance Policy Buy: 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 U.S. 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 source 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. Aperture cards are not available for this procurement. Email: lenora.pinkett@robins.af.mil URL: http://pkec.robins.af.mil. for assistance in interpreting the Feb Biz Ops announcement, please see the CBD Reader's Guide. Notes 22 and 26 apply. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-NOV-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 24-FEB-2003. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/WRALC/F09603-03-R-30765/listing.html)
 
Record
SN00264653-F 20030226/030224215818 (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.