Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2006 FBO #1668
SOLICITATION NOTICE

15 -- Manufacture of Access Door and Access Cover Panel applicable to the C-5 Aircraft.

Notice Date
6/19/2006
 
Notice Type
Solicitation Notice
 
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
FA8524-06-GROUPII
 
Response Due
8/4/2006
 
Archive Date
12/31/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This acquisition is a 100% Small Business Set Aside for a Five Year (two basic and three option years), Firm Fixed Price, Indefinite Delivery Indefinite Quantity contract for the manufacture of the following aircraft panels applicable to the C-5 aircraft: 1) NOUN: Aircraft Access Door; NSN: 1560-00-498-1150; P/N: 4J11202-101D; DIM: (L 40 in.) X (W 6 in.) X (Thick 3 in.) and weighs 5 lbs.; MATERIAL: 7075 Aluminum alloy sheets, cold bonded together, several fittings attached and slightly contoured; FUNCTION: sub-component of the C-5 fixed leading edge structure. The Government has Export Controlled, Level III drawing package with legible and accurate data. Two First Articles are required to be delivered 180 Days ARO Contract. The Government requires a minimum of 1ea. and a maximum of 9 ea. Production articles for all basic and option years to be delivered 120 Days ARO First Article approval or receipt of order. 2) NOUN: 1560-00-097-6758; P/N: 4W31079-107A; DIM: (L 109 in.) X (W 21 in.) X (Thick 0.80 in.) and weighs 15 lbs.; MATERIAL: 7075 Aluminum, can be manufactured from a Lockheed standard extrusion or milled from plate stock, slightly contoured and dye penetrant inspection required. Integral stiffeners of varying thicknesses are included along the part; FUNCTION: Sub-component of the C-5 outer wing, lower surface structure. The Government has Export Controlled, Level III drawing package with legible and accurate data. Two First Articles are required to be delivered 180 Days ARO Contract. The Government requires a minimum of 1ea. and a maximum of 11 ea. production articles for all basic and option years. Production articles to be delivered 120 Days ARO First Article approval or receipt of order. The approximate solicitation date is 5 JUL 2006 with an approximate response date of 3 AUG 2006. This requirement is a 100% small business set-aside. Solicitations will be available for download from www.fedbizopps.gov website only. NO HARD COPIES WILL BE ISSUED. (Notes 1 and F apply.) Note 1. The proposed contract is 100% set aside for small business concerns. 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).
 
Record
SN01073096-W 20060621/060619222158 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.