Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2006 FBO #1557
MODIFICATION

16 -- Structural Upgrade Retrofit Kits for allUSAF F-15 (A/B/C/D/E models) ACES II Ejection Seats

Notice Date
2/28/2006
 
Notice Type
Modification
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8150 Aeromedical Road, Brooks AFB, TX, 78235-5123
 
ZIP Code
78235-5123
 
Solicitation Number
FA8902-06-R-1105
 
Response Due
4/7/2006
 
Archive Date
4/22/2006
 
Point of Contact
Linda Ruch, Contract Specialist, Phone 210-536-6386, Fax 210-536-4563, - Alice Sanders, Contract Specialist, Phone 210-536-3992, Fax 210-536-4563,
 
E-Mail Address
Linda.Ruch@brooks.af.mil, alice.sanders@brooks.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Link to access the Drawings has been provided. Proposal due date has been extended. The Contracting Officer is Ms. Norma L. Kreutzkamp, Ph 210-536-4919, norma.kreutzkamp@brooks.af.mil. PLEASE NOTE: ENGINEERING DATA LIST, FORM 762: CONTAINS DRAWINGS THAT ARE PROPRIETARY TO GOODRICH (CAGE CODE 51998) 1847-037 (Doubler), 1847-038 (Torque Tube Assembly) and 1847-043 (Bolt, Torque Tube). THE KIT PARTS MADE TO THESE DRAWINGS MUST BE PROCURED FROM GOODRICH. It is anticipated that the solicitation will be released on 3 March 2006. Estimated date of award is 31 May 2006. The Human Systems Group, HSG/PSK, intends to issue a 100% small business set-aside Firm Fixed Price (FFP) solicitation for the Structural Upgrade Retrofit Kits for all USAF F-15 (A/B/C/D/E models), ACES II Ejection Seats. NSN: 1680K13130054AMH; Noun: Structural Upgrade Retrofit Kits, P/N: 1847-032-05; NAICS Code: 336413. THE REQUIREMENT SHALL CONTAIN SIGNIFICANT TECHNICAL REQUIREMENTS. THE KIT INCLUDES AN EJECTION HANDLE THAT IS A COMPLEX THREE DIMENSIONAL SHAPE AND HAS CRITICAL CHARACTERISTICS THAT ARE SHOWN IN THE DRAWINGS. First Article Government Testing is required for a quantity of six (6) each to be delivered 90 days from date of contract award. First Article approval includes validation and verification testing as well as Form, Fit and Function testing at a designated sled test facility. Production quantity is 1,020 each. Proposed delivery is 200 each per month and is to commence 90 days from receipt of first article approval. Ship/To is FB2065, Robins AFB, GA. FOB is Origin. Inspection & Acceptance will be Origin. Packaging Requirements shall be IAW AFMCFARS 5352.247-9009, Military Packaging and Marking and Appendix D of MIL-STD-2073-1D. Government Drawings/Specifications: Level 3 Drawings are now available from Warner Robins AFB. Since contractors must be certified for Export Control (need to call 1-800-352-3572 for certification) prior to receiving a password, an additional 5 days has been built-in to get this accomplished. Required drawings and all supporting specifications are listed on the Engineering Data Lists. The Engineering Data List (EDL), WR-ACC/TIL Form 0-762 dated 10 FEB 2006 (1 page), is posted to this synopsis. Offerors must first get a certification from DLIS's U.S./Canada Joint Certification Program at http://www.dlis.dla.mil/jcp/default.asp (DD Form 2345 attached) (for assistance contact 1-800-352-3572) and provide that certification number, plus CAGE code, Data Custodian Name, Title, etc, to WR-ALC/PKXO Export Control in order to request the password to access that data. WR-ALC/PKXO verifies that certification number with DLIS before releasing the password to the offeror. It is anticipated that the solicitation will be released on 3 March 2006. Estimated date of award is 31 May 2006. Award will be evaluated on lowest price technically acceptable. THE GOVERNMENT RESERVES THE RIGHT TO AWARD ONE OR TWO CONTRACTS. IF TWO CONTRACTS ARE AWARDED, THE REQUIREMENT WILL BE SPLIT BETWEEN THE TWO AWARDEES. Any concerns regarding this acquisition may be directed to the Contracting Officer. An Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. If your concerns are not satisfied by the Contracting Officer, interested parties are invited to contact the Ombudsman, Mr. Edward Noack at 210-536-2319 or e-mail edward.noack@brooks.af.mil. Collect calls will not be accepted. See notes 1, 9 and 26. All responsible sources may submit an offer which will be considered. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRY (CCR) PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. The buyer is Ms Linda M. Ruch, HSG/PSK, 210-536-6386, e-mail linda.ruch@brooks.af.mil. Collect calls will not be accepted.
 
Place of Performance
Address: Contractor's facility
 
Record
SN00996114-W 20060302/060228213025 (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.