Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2006 FBO #1560
SOLICITATION NOTICE

J -- Instrumentation Radar Support program

Notice Date
3/3/2006
 
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 Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, FL, 32925-3238
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-07-R-0001
 
Response Due
4/7/2006
 
Description
This market survey is being conducted to identify firms interested in providing instrumentation radar support for the 45th Space Wing. The proposed contract would be a recompetition of the instrumentation radar support program contract at Patrick Air Force Base (PAFB), FL. The contract will provide serviceable radar components and subsystems to various C-Band and X-Band radars and similar pedestals located on 28 test ranges worldwide. Sources are required to provide management of government owned stock in contractor furnished warehouse, on-site overhauls, on-call engineering field support, in-house or vendor repair of components, fabrication of components, stock acquisition to maintain approved depot stock level, respond to requisitions for components on a routine or emergency basis. Conduct engineering investigations; recommend modifications to overcome problems associated with component obsolescence or nonavailability. Ability to relocate systems, design, manufacture, install and test subsystem upgrades is also required. The Government anticipates a one (1) year basic contract with (11) eleven one year options. Security clearance level required for safeguarding is SECRET. Facility Clearance required is TOP SECRET. The applicable NAICS code and size standard is 334511/750 employees. Conflict of interest rules apply and offerors will be required to submit mitigation plans following release of the RFP. Firms responding to this survey must be U.S. owned and must (1) state whether they are a small or large business based on the size standard above; (2) indicate if they are a small disadvantaged or woman-owned business; 8(a) firm; a historically black college or university or minority institution (HBCU/MI); a HUBZone small business; veteran-owned small business or service-disabled veteran-owned small business; (3) provide experience in the form of an outline of previous projects for relevant work completed or currently being performed of equivalent magnitude including contract numbers, description of the work, points of contact and phone numbers; specific experience of personnel identified to perform the work including professional qualifications/certificates; and (4) any other pertinent information which would enable the government to assess a firm?s capabilities. Because the government reserves the right to set aside this acquisition based on the responses received, it is imperative that firms respond with the required information so that capabilities can be evaluated accurately. Complete responses must be received NLT COB 7 Apr 06. This synopsis is for planning purposes only and does not commit the government to pay for the information requested, issue a solicitation, or award a contract. Contact information: Submit all packages to 45 CONS/LGCZR, Attn: Donna Stubbs, 1201 Edward H. White II St., Patrick AFB FL 32925-3238. Email address: Donna.Stubbs@patrick.af.mil
 
Place of Performance
Address: Patrick AFB FL (28 test ranges worldwide)
Zip Code: 32925
Country: United States
 
Record
SN00999024-W 20060305/060303212542 (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.