Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2005 FBO #1154
MODIFICATION

15 -- Boeing Corporate Contract

Notice Date
1/21/2005
 
Notice Type
Modification
 
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
FA8505-04-R-BOEING
 
Response Due
1/31/2005
 
Archive Date
2/15/2005
 
Description
The synopsis is amended to include/restate the information marked by asterisks (*): WR-ALC/LFKB anticipates issuing a corporate contract to Boeing, St. Louis, Missouri (CAGE Code 76301) and its subsidiaries for a variety of supplies and services for which Boeing is the only source capable of meeting the Government?s requirements. *This acquisition is to support systems, subsystems, and/or items for which Boeing is the Original Equipment Manufacturer (OEM), and to support systems, subsystems, and/or items for platforms which are either jointly manufactured by The Boeing Company and other defense contractors or are original equipment manufactured by defense contractors other than The Boeing Company, but contain systems and/or subsystems for which The Boeing Company is the original equipment manufacturer. These supplies/services include, but are not limited to, spares, repairs/remanufacturing, end item support equipment, engineering services, logistics sustainment modifications/services, and associated data. The following platforms are original equipment manufactured solely by the Boeing Company: AGM-84, F-4, F-15, AGM-86, KC-10, AGM-130, KC-135, B-1, LGM-30, B-52, OC-135, C-9, Small Diameter Bomb, C-17, T-43, C-32, VC-25, C-40, Wideband Gap-filler Satellite, E-3, and X-45 UCAV. The following platforms are either jointly manufactured by The Boeing Company and other defense contractor; or are original equipment manufactured by defense contractors other than The Boeing Company, but contain systems and/or subsystems for which The Boeing Company is the original equipment manufacturer. Requirements procured under this contract for these platforms are those systems and/or subsystems, which were manufactured, designed, or integrated by The Boeing Company: AC-130H/U, A-10, AGM-129, B-2, C-5, C-21, C-130 Avionics Modernization Program (AMP), CV-22, E-4, E-8, E-10, EC-130J, F-16, F/A-22, GBU-15, GBU-31/32/38, General Purpose Support Equipment, Global Positioning System, HC-130P/N, HH-60G, KC-130, MC-130, MC-130E/H/P, MH-53J/M, Milstar Satelite Communications System, RC-135, T-6, T-38, YAL-1A Attach Airborne Laser, and UH-1H/N.* The proposed action contemplates issuance of an Indefinite Delivery/Indefinite Quantity ordering vehicle, with a five-year ordering period, which allowed for decentralized ordering by the USAF. The estimated value of this and other contracts within the scope is *$993.7 million* over a five-year period. The estimated date of award is *31 Mar 05*. Interested parties may contact Deborah Simmons, WR-ALC/LFKB, 296 Cochran Street, Robins AFB, GA, 31098-1622, telephone 478-926-5574, fax 478-926-7544, e-mail Deborah.Simmons@robins.af.mil, or Stephanie Gisseman, WR-ALC/LFKB, 296 Cochran Street, Robins AFB, GA 31098-1622, telephone 478-926-6363, fax 478-926-7544, e-mail Stephanie.Gisseman@robins.af.mil. The contract will be issued sole source to The Boeing Company, P.O. Box 516, St. Louis, Missouri 63166, CAGE Code 76301. Authority: 10 U.S.C. 2304(c)(1), Justification: Supplies or services required are available from only one or a limited number of responsible sources 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. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source 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 with 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. Based upon market research, the Government will utilize policies contained in FAR Part 12, Acquisition of Commercial Items, and FAR Part 15, Contracting by Negotiation, in its contract for the supplies and services. Interested parties may identify to the contracting officer their interest and capability to satisfy the Government?s requirement(s) with a commercial item within 15 days of this notice.
 
Record
SN00738247-W 20050123/050121212132 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.