Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2003 FBO #0688
MODIFICATION

58 -- Federal Stock Class 5895 Strategic Sourcing

Notice Date
10/14/2003
 
Notice Type
Modification
 
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
F09603-02-R-0029
 
Response Due
10/29/2003
 
Point of Contact
Salena Arrington, Contract Specialist, Phone (478)926-4841, Fax (478)926-7211,
 
E-Mail Address
Salena.Arrington@robins.af.mil
 
Description
This is notice that WR-ALC anticipates issuing a contract to Northrop Grumman, Baltimore, MD for the acquisition of spare parts and repairs for items within the Federal Stock Class 5895 that are determined to be sole source to Northrop Grumman. Other sole source items outside of FSC 5895 will be included if considered necessary for weapon system integrity. A fixed price type contract is contemplated for three years with the inclusion of options to extend the contract to a total of ten years. An award fee clause based on delivery performance will be included. This is notice that WRALC anticipates modification of a contract with Northrop Grumman, Baltimore MD for the acquisition of repair of items (NSNs) applicable to the AN/ALQ-135 System as follows: 5895-00-605-6182EW p/n 058-001042-004 Tuning Unit RF, 5865-01-242-8918EW p/n 001-007080-001 Control Oscillator, , 6130-01-058-8823EW p/n: 150-019701-005 Power Supply (HVPS), 5996-01-045-6276EW p/n 001-006430-007 Band 1 RF Amplifier, and 5996-01-242-8347EW p/n 001-007080-002 Band 2 RF Amplifier (Mod). Northrop Grumman is the only qualified source of contractor repair for these items. The contract will also be modified to include the acquisition of Spares items (NSN?s) as follows from the sole source manufacturer, Northrop Grumman: 5865-01-302-1240EW p/n 037-003624-001 Data Converter, 5998-01-302-2183EW p/n 150-032458-003 CCA, 5998-01-299-2163EW p/n 150-031998-001 CCA, 5821-01-433-3149EW p/n 037-004556-002 ARTU MIC, 5895-01-446-7839EW p/n 001-006977-019 Contr Oscilla, 6130-01-299-2128EW p/n 150-030516-002 Pwr Supply, 5996-01-296-7301EW p/n 001-007244-002 Amp, and 5998-01-411-8102EW p/n 150-034747-001CCA. The contract will be also be modified to include the acquisition of the following spares: 5996-01-080-0291; P/N 680R345G01, RF Amplifier. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under 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. 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). Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. 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.
 
Place of Performance
Address: Various
Country: USA
 
Record
SN00452100-W 20031016/031014213217 (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.