Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2004 FBO #0913
SOLICITATION NOTICE

49 -- 4920/6625 HWCC

Notice Date
5/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
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
Reference-Number-4920and6625-HWCC
 
Point of Contact
Tammy Parkerson, Contract Negotiator, Phone (478)926-7679 x185, Fax (478)926-6950, - Tammy Parkerson, Contract Negotiator, Phone (478)926-7679 x185, Fax (478)926-6950,
 
E-Mail Address
Tammy.Parkerson@robins.af.mil, Tammy.Parkerson@robins.af.mil
 
Description
The WR-ALC Support Equipment Commodity Council (WR-ALC/LEP) proposes to enter an agreement with Honeywell Inc to support known sole source requirements identified as a result of the data analysis performed on the identified Federal Stock Classes (FSC) associated with the Support Equipment Commodity Council (SECC). The SECC has been assigned 92 different FSCs that will be supported by various different strategic acquisition strategies. A Justification and Approval has been approved for this corporate contract IAW FAR 6.302-1. The class J&A approves the use of a Basic Ordering Agreement (BOA) which will include procedures supporting decentralized ordering. WR-ALC/LEP will remain the primary management agency of the BOA. This proposed action will be written as part of the SECC effort established under the AF Purchasing and Supply Chain Management (PSCM) initiative. The items to be purchased include various categories of components and will have a current Acquisition Method Code (AMC) of 3, 4 or 5 assigned in accordance with the DoD Spare Parts Breakout Program, as outlined in DFARS Appendix E. Repair items will be identified by the Sole Source Repair Selection Process (SSRSP), which incorporates 50/50 and Source of Repair Assignment Process statutory requirements. The SSRSP will ensure that only sole source contract repair items are placed on these BOA orders. Research of repair sources will include evaluation of repair method code screening of DoD vendor breakout, reviews of the D043 Master Item Identification Control System, and reviews of the Execution and Prioritization of Repair Support System (EXPRESS) as appropriate. The items that will be included in the Honeywell BOA have been identified as sole source in accordance with these established procedures. A review of potential national stock numbers to be included with this action has revealed that there is no available data to support an action except to the Original Equipment Manufacturer (OEM) for the items currently identified as sole source to Honeywell Inc. However, procedures have been established for the purpose of screening any items that may be identified as sole source in the future. Additionally, if in the future data is either purchased or becomes available to the Government, items will be deleted from this requirement and may be offered for competition as appropriate. Orders may be issued against the BOA for which appropriate sole source documentation demonstrates that Honeywell Inc. is the OEM for the action contemplated. The type of orders issued may include spares, repair, engineering services, Logistics Sustainment Modifications/Services, and/or Data. The BOA will be valid for a total period of nine years. The basic period of performance will be for three years, and will include two, three-year options. The estimated dollar value of this action for the proposed period of performance is estimated at $457.7 million. This estimate represents the analysis performed for the initial items identified as supported by the SECC. BOA orders issued will vary in duration and by type of effort to be performed. Each BOA order will identify all appropriate quantities, period of performance, funding source, and any special terms and conditions, which may include performance based logistics performance measurements. The purpose of this BOA is to establish an enterprise-wide vehicle that will support known sole source actions with Honeywell Inc. Any contractor expressing an interest in the effort will be recommended to Honeywell Inc. for consideration as a sub-contractor or a partner, as appropriate per Honeywell determination. This is not intended to be a comprehensive list of all items supported by the approved SECC scope. It is only representative of the initial analysis performed. Other items/systems that may be included in the future may require synopsis on an individual basis. The major support equipment currently identified in the initial SECC analysis includes the following (and all sole-source components thereof): 4920-01-288-6790KV ? F-15 Tactical Electronic Warfare Intermediate Support System (TISS); 4920-01-152-6253KV ? AN/USM-603 Electronic Test Set; F-15 Avionics Intermediate Shop (AIS) which includes: Antenna Test Station - 6625-01-004-6593KV, AN/GSM-228 - 6625-01-387-0979KV, Enhanced Acft Radar Test Station - 4920-01-246-5565KV, AN/GSM-345 - 4920-01-372-2778KV, Indicators & Controls Test Station - 4920-01-124-5421KV, AN/GSM-229 - 4920-01-009-4802KV, Comm, Nav & Id (CN & I) - 6625-01-138-7325KV, AN/GSM-230 - 6625-01-012-8557KV, Computer Test Station - 4920-01-006-1783KV, AN/GSM-231 - 4920-01-187-4049KV, Display Test Station - 4920-01-008-1530KV, AN/GSM-232 - 4920-01-187-4041KV & 4920-01-310-7396KV, Microwave Test Station - 4920-01-005-2472KV, AN/GSM-233 - 4920-01-188-3639KV & 4920-01-290-2881KV, F-15E Mobile Electronics Test Set - 6625-01-286-8798KV*** A letter Request For Proposal (RFP) will be issued to support this action. Contract award is anticipated in Sep 04. The BOA will establish appropriate terms and conditions, negotiated rates for cost type actions, and formula pricing for spares and repairs as appropriate. Multiple pricing arrangements will be included in the BOA. Fixed prices will be negotiated to the maximum extent practical. Various Honeywell CAGE codes will be evaluated and pricing information used as appropriate for each location. If any source is interested in partnering or sub-contracting opportunities, the identified PCO should be contacted. All sources expressing interest will be included in the contract file and all available information provided to the PCO will be forwarded to the appropriate Honeywell organization for reference and evaluation. If additional information regarding the specific NSNs that will initially be included in this BOA is required, it may be obtained by contacting the identified PCO. This synopsis has been issued by: Tammy Parkerson, Contracting Officer, Commodity Council, WR-ALC/LEP, 295 Byron St, Robins AFB GA 31098, 478-926-7679 (No collect calls accepted)***
 
Record
SN00592067-W 20040527/040525212133 (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.