Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2006 FBO #1545
SOLICITATION NOTICE

58 -- Corporate Contract for spares, repiar/remanufacture,eng. svs, log/sustainment/mod services for components which are sole source to Chelton

Notice Date
2/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
FA8536-06-D-0001
 
Response Due
4/28/2006
 
Description
WR-ALC, 542 MSUG/GBMRB anticipates issuing a corporate contract to Chelton( CAGE code 25223) with additional places of performance at other Chelton facilities 3310 Carlins Park Drive, Baltimore MD 21215 (Other CAGE codes: 25916 (Atlantic Microwave, 58 Main Street, Bolton MA 01740), 66544 (Continental Microwave, 11 Continental Drive Exter NH 03833), 25634 (Kelvin, 596 Lowell St, Methuen, MA 01844), 036N8 Atlantic Positioning systems, 11528 53rd Street, North Clearwater, FL 336760) 65628 (REMEC, 9404 Chesapeake Drive, San Diego, CA 92123)63563 (Chelton Inc, 1955 Lakeway Dr, Ste 200, Lewisville TX 75057) for a variety of supplies and services for which Chelton is the only source capable of meeting the Government?s requirements. These supplies/services include spares, repairs/remanufacturing, engineering services, logistics sustainment modifications/services, and associated data. For each item, the following list is in order by NSN, P/N, Noun, System, CAGE, and estimated quantities by year from FY 2007-2016. Where items have multiple inputs for repair/remanufacture, those inputs are listed, as well as the outputs. The potential items for which sole source supplies and services will be ordered from Chelton having NSNs are: Spares: 5985-01-303-8121EW 6205-D-766-3 HB Antenna ALQ-135,BD 3 25223 4 4 4 TBD TBD TBD TBD TBD TBD 5985-01-319-6301EW 6205-D-766-4 RSAF Aft Antenna ALQ-135,BD 3 25223 5 5 5 5 TBD TBD TBD TBD TBD 5985-01-389-7565EW 6205-D-762-3 LH Wing Glove Antenna ALQ-135,BD 3 25223 10 10 10 10 TBD TBD TBD TBD TBD 5985-01-390-2368EW 6205-D-761-3 Aft Antenna ALQ-135,BD 3 25223 4 4 4 TBD TBD TBD TBD TBD TBD 5985-01-393-4820EW 6205-D-766-5 HB Antenna ALQ-135,BD 3 25223 10 10 10 TBD TBD TBD TBD TBD TBD 5985-01-498-3848EW 092-00506-001 Forward Down ALQ-135,BD 3 25223 4 4 4 TBD TBD TBD TBD TBD TBD 5985-01-498-4610EW 092-00505-001 Forward Down ALQ-135,BD 3 25223 4 4 4 TBD TBD TBD TBD TBD TBD 5985-01-393-9319EW 6205-D-766-5 HB Antenna ALQ-135,BD1.5 25223 10 10 10 TBD TBD TBD TBD TBD TBD 5895-01-268-9621EW 300411 Switch ALQ-161 65628 0 0 0 0 TBD TBD TBD TBD TBD 5985-01-389-1821EW 302530-005 Switch, Radio Freq ALR-56C 65628 1 1 1 TBD TBD TBD TBD TBD TBD 5985-01-233-2564EW 675-22597-501 Antenna Group ALQ-172 63563 0 1 1 TBD TBD TBD TBD TBD TBD 1560-01-440-9164LG 970-00006-001 Beavertail Radome ALQ-172 25223 1-5 1-5 1-5 TBD TBD TBD TBD TBD TBD 1560-01-421-7495LG 970-00002-001 Radome ALQ-172 25223 1-5 1-5 1-5 1-5 TBD TBD TBD TBD TBD 5985-01-384-3652LG 14D27400-1 Antenna ALQ-172 25223 0 0 0 0 TBD TBD TBD TBD TBD 1560-01-413-8958LG 6914-D-002-1 LBJ Radome ALQ-196 25223 1-5 1-5 1-5 1-5 TBD TBD TBD TBD TBD 5985-01-333-9581SO 9-28P4 Antenna AC130 H/UMC-130P 63563 0 0 0 0 TBD TBD TBD TBD TBD 5985-01-375-4661SO 12-437-1 Antenna AC130 H/UMC-130P 63563 1 12 14 TBD TBD TBD TBD TBD TBD 5985-01-426-5707SO 19-480P4 Antenna Subassy HH 060G, 014706100 63563 0 2 56 TBD TBD TBD TBD TBD TBD 5985-01-440-9145SO 19-430-10 Antenna AC130 H/UMC-130P 63563 21 30 29 TBD TBD TBD TBD TBD TBD 5985-01-374-4256SO 19-440-10 Antenna MC130E/H/P, MH-053J/M, 014706098 63563 0 0 0 TBD TBD TBD TBD TBD TBD Repair: 5985014493405QC WRD475D-HP-1 Dummy Load Electric B-1 28916 1 2 2 TBD TBD TBD TBD TBD TBD TBD 5985014493404QC WRD750B-HP-1 Dummy Load Electric B-1 28916 0 1 1 TBD TBD TBD TBD TBD TBD TBD 6625014492281RH CJB2000M-HP-1 Dectector, Radio Freq B-1 28916 2 2 2 TBD TBD TBD TBD TBD TBD TBD 6625014486509RH CJD2000-HP-1 Dectector, Radio Freq B-1 28916 1 1 1 TBD TBD TBD TBD TBD TBD TBD 6625014486508RH CJR50-HP-1 Dectector, Radio Freq B-1 28916 0 1 0 TBD TBD TBD TBD TBD TBD TBD IN:5985013026338EW IN: 5985013902368EW OUT:5985013902368EW IN: 057-000761-002 IN: 057-000761-003 OUT: 057-000761-003 RH Wing Glove ALQ-135 25223 TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD IN: 5985013038120EW IN: 5985013897565EW OUT:5985013897565EW IN: 057-000762-002 IN: 057-000762-003 OUT:057-000762-003 LH Wing Glove ALQ-135 25223 TBD TBD TBD 12 TBD TBD TBD TBD TBD TBD IN:5985014239768EW IN:5985014641047EW IN:5985015009245EW OUT:5985015009245EW IN: 057-000752-004 IN :057-000752-006 IN: 057-000752-008 OUT:057-000752-008 Forward Up ALQ-135 25223 TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD 5985014984610EW 057-000752-009 Forward Up ALQ-135 25223 0 72 72 72 TBD TBD TBD TBD TBD TBD IN:5985014239769EW IN:5985014641048EW IN:5985015009247EW OUT:5985015009247EW IN: 057-000753-004 IN :057-000753-006 IN: 057-000753-008 OUT:057-000753-008 Forward Down ALQ-135 25223 TBD TBD TBD TBD TBD TBD TBD TBD TBD TBD 5985014983848EW 057-000753-009 Forward Down ALQ-135 25223 0 40 78 78 TBD TBD TBD TBD TBD TBD 5985013038121EW 057-000766-003 AFT ALQ-135 25223 0 6 12 12 TBD TBD TBD TBD TBD TBD 5985013196301EW 057-000766-004 AFT ALQ-135 25223 15 15 15 15 TBD TBD TBD TBD TBD TBD 5985013934820EW 057-000766-005 AFT ALQ-135 25223 TBD TBD TBD TBD TBD TBD IN:5985013030335EW IN:5985013939319EW OUT:5985013939319EW IN:6205D-760-2 IN: :6205-D760-5 OUT:6205-D760-5 AFT (B1.5) ALQ-135 25223 6 6 8 8 TBD TBD TBD TBD TBD TBD The proposed action contemplates issuance of an Indefinite Delivery/Indefinite Quantity ordering vehicle, with a ten year ordering period, which allows for decentralized ordering by AFMC. The estimated value of this and other contracts within the scope is $49.4 Million over a ten year period. Interested parties may request the solicitation from Carla Clark, WR-ALC/542 MSUG/GBMRB, 380 Richard Ray Blvd., Suite 104, Robins AFB Ga. 31098-1638. Telephone 478-222-0297, Fax 478-222-0331, email Carla.Clark@robins.af.mil. The solicitation will be issued sole source to: Chelton, 3310 Carlins Park Drive Baltimore MD 21215, CAGE Code: 25223. Authority: 10 USC 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. Synopsis Notes: Note 8: The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/. Note 9: Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at http://assist.daps.dla.mil/. Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6257 (DSN: 442-6257). Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-6257 (DSN: 442-6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. Note 22: 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. Note 26: 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. Note F, Export Controlled Data: 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). Point of Contact Carla H. Clark, Contracting Officer, Phone (478)222-0297, Fax (478)222-0331, Email Carla.Clark@robins.af.mil Place of Performance Address: Chelton, 3310 Carlins Park Drive, Baltimore MD Postal Code: 21215
 
Place of Performance
Address: Chelton( CAGE code 25223) with additional places of performance at other Chelton facilities 3310 Carlins Park Drive, Baltimore, MD 21215, See description for other cage codes.
Zip Code: 21215
Country: United States
 
Record
SN00989699-W 20060218/060216212706 (fbodaily.com)
 
Source
FedBizOpps 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.