Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2003 FBO #0682
SOLICITATION NOTICE

66 -- Inertial Navigation Unit for the B-52 Avionics Midlife Improvement (AMI) Program

Notice Date
10/8/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
FA8103-04-R-0009
 
Response Due
11/24/2003
 
Archive Date
12/9/2003
 
Point of Contact
Joe Clay, Contracting Officer, Phone 405-739-4212, Fax 405-739-4350, - Angela Cochrane, Contract Negotiator, Phone (405)739-5410, Fax (405)739-4417,
 
E-Mail Address
joe.clay@tinker.af.mil, angie.cochrane@tinker.af.mil
 
Description
Presolicitation Notice Date Submitted: 08 Oct 2003 OC-ALC/LGKIB DIR CONTRACTING/COMMODITIES 3001 STAFF DR STE 1AC199A TINKER AIR FORCE BASE OK 73145-3028 66?TO ESTABLISH A REQUIREMENTS CONTRACT FOR A BASIC YEAR AND FOUR ONE-YEAR OPTIONS TO PROCURE THE INITIAL ISTALLATION ASSETS AND INITIAL SPARES TO SUPPORT THE AVIONICS MIDLIFE IMPROVEMENT (AMI) PROGRAM. P.O.C. JOE G. CLAY/ LGKIB/ (405) 739-4212 This acquisition is to acquire a self-contained, strap down navigation system that uses RSGs and Q-Flex accelerometers to measure vehicle angular and translation motions. Contains the processing hardware required to provide outputs of acceleration, velocity, position, heading, and attitude (roll, pitch, and azimuth). 18.10 inches wide X 7.60 inches high. Made of non-corrosive metal, fiberglass circuit boards with various electric components. This acquisition will also acquire the Mount, installation hardware that will become a permanent part of the upgraded aircraft. The mount consists of aluminum casting with guide pins, which mate with the guide holes in the INU to allow a means for precision mounting and securing in the aircraft. The mount also routes the aircraft cooling air supply to the INU. Initial Production and Initial Spares: The contractor shall provide all labor, facilities, equipment and all material to provide the initial production and initial spares. A firm fixed price type contract is contemplated for One Year, plus Four One-Year options for CLIN's 0001 and 0002. The items and estimated quantities are as follows: CLIN 0001: NSN: 6605-01-500-4776, P/N: 39078600-051, Noun: Inertitial Navigation Unit, newly built or from the conversion of the C-17 configuration (6605-01-339-9252), Application: B-52H Aircraft, Qty: Basic year - 5 each, Option I - 25 each, Option II ? 48, Option III ? 16 each and Option IV ? 16 each. CLIN 0002: Mount Hardware, Qty: Basic year ? 20, Option I - 38 each, Option II ? 76 each and Option III 20 each This solicitation is to obtain requirements type initial production and initial spares contract. No telephone requests. Only written or faxed requests received directly from the requestor is acceptable. All responsible sources solicited may submit a bid, proposal, or quotation, which shall be considered. 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. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. 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. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to 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 the Ombudsman at (405) 736-3273. Note 26: Based upon market research, the Government is not using the policies contained in FAR 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. AT THIS TIME Honeywell IS THE ONLY KNOWN SOURCE THAT CAN SATISFY GOVERNMENT REQUIREMENT. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405) 739-4350 Point of Contact: Angie Cochrane, Contract Negotiator, 405- 739-5410, FAX 739-4350, Email Angie.Cochrane@tinker.af.mil Joe G. Clay, Contracting Officer, Phone 405 739-4212, FAX 739-4350, Email Joe.Clay@tinker.af.mil
 
Place of Performance
Address: Honeywel Int'l, 13350 US HIGHWAY 19 NORTH, CLEARWATER FL
Zip Code: 33764
Country: USA
 
Record
SN00449601-W 20031010/031008213201 (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.