Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 19, 2004 FBO #0905
SOLICITATION NOTICE

10 -- Bomb and Rocket Dispenser, SUU-20

Notice Date
5/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
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
FA8520-04-R-40848
 
Response Due
7/1/2004
 
Archive Date
7/16/2004
 
Point of Contact
William (Bill) Downs, Contract Specialist, Phone (478)926-3948, Fax (478)926-4927,
 
E-Mail Address
Bill.Downs1@robins.af.mil
 
Description
SUU-20 Bomb and Rocket Dispensers. Solicitation FA8520-04-R-40848. Anticipated solicitation issue date will be 1 June 2004 2003 and anticipated response date will be 30 days thereafter, e.g. 1 July 2004. National Stock Number (NSN): Item 0001 NSN 1095-00-152-3360 P/N: 69D2070 Dim: See below, function: Aircrew training: releases bombs and fires rockets. Mat: See below. Description: The SUU-20 bomb and rocket dispenser consists of two cast aluminum end caps and a heavy gauge aluminum weldment center section. This center section is recessed for the bomb load rocket tubes are located upper section, two on each side. It will carry four 2.75 inch diameter rockets and six practice bombs. This pod is 122 inches long and 19.30 inches wide, weighs 220 pounds without stores. Function: The SUU-20 bomb and rocket dispenser is an aerodynamically clean external store developed to satisfy the requirements of bombing and rocketry training for pilot indoctrination and proficiency. Applicable to: F-16 Aircraft Insurance Policy Procedures apply. (See below) Alt 1 ? Bid/Proposal A ? First Article Required Item 0001AA ? First Article ? 1 EA Item 0001AB ? Production Articles - 8 each Alt 1 - Bid/Proposal B ? First Article not required ? Item 0001AC ? Production Articles ? 8 each Alt 2 ? Insurance Policy ? Bid/Proposal C ? First Article Required Item 0002 ? Same as item 0001 Item 0002AA ? First Article ? 1 EA Item 0002AB ? Production Option ? 1 EA Alt 2 - Bid/Proposal D ? First Article not required Item 0002AC ? Mission Essential Quantity (MEQ) - 8each Item 0002AD ? Production Option ? 1 EA The following outyear options will be applicable to Bid/Proposals A, B, C or D above: Item 1001 ? First Outyear Option ? 1-8 each Item 2001 ? Second Outyear Option ? 1-8 each Item 3001 ? Third Outyear Option ? 1-8 each Item 4001 ? Fourth Outyear Option ? 1-8 each Insurance policy procedures apply, as set forth below. The Mission Essential Quantity (MEQ) and production quantities or options will be as set forth above or as listed in the solicitation. Unit of issue is each. Destination is unknown and will be furnished at a later date. Delivery schedule is anticipated to be March 2005 or as specified in the solicitation. Electronic procedure will be used for this solicitation and solicitation will be posted at this website on or about the date set forth above or as amended. The anticipated award date is 15 Jul 2004. Notes 22 and 26 apply. INSURANCE 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 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. 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). All responsible sources may submit a bid, proposal, or quotation. PAPER COPIES OF THE SOLICITATION WILL NOT BE FURNISHED. The electronic solicitation will be available for download in Microsoft Word format with attachments in Adobe Acrobat *.pdf format and/or other formats. If you do not have viewers for these programs, free viewers are available at http://pkec.robins.af.mil/viewer.htm.
 
Record
SN00587150-W 20040519/040517212117 (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.