Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2006 FBO #1756
SOLICITATION NOTICE

J -- N/A

Notice Date
7/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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
Reference-Number-FD2060-06-90002
 
Response Due
8/8/2006
 
Point of Contact
Deborah Simmons, Contracting Officer, Phone 478-222-2076, Fax 478-222-,
 
E-Mail Address
Deborah.Simmons@robins.af.mil
 
Description
The following synopsis was posted on 24 Apr 06. This announcement is in scope of the original synopsis; however, this synopsis provides individual National Stock Numbers (NSNs) associated with this requirement: 583 CBSS/GBMRA, the Aircraft Structural Commodity Council, anticipates issuing a corporate contract to Boeing, St. Louis, Missouri and its subsidiaries for services for which Boeing is the only source capable of meeting the government’s requirements. Commercial and Government Entity Codes associated with this effort are: 76301, 05HA6, 81205, 94756, 73293, 0LRY9, 43999, 82918, 51215, 17765, 18355, 0PXV4, 88277, 022T1, 19133, 32562, OBD52, and 08903. This acquisition is to support systems and items for which Boeing is the Original Equipment Manufacturer (OEM). These services include a predominance of remanufacturing, secondary repair services, engineering services and associated data. The potential platforms for which sole source supplies and services will be ordered from Boeing are: AGM-84, AGM-86, AGM-130, B-1, B-1B, B-52, C-9 C-17, C-32, C-40, E-3, E-3A, F-4, F-15, KC-10, KC-135, LGM-30, OC-135, Small Diameter Bomb, T-43, VC-25, Wideband Gap-filler Satellite, X-45 UCAV. Other potential platforms 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 and/or items for which The Boeing Company is the original equipment manufacturer. Requirements procured under this contract for these platforms are those systems and/or subsystems and/or items, which were manufactured, designed, or integrated by the Boeing Company: AC-130H/U, A-10, AGM-129, ALE-48, B-2, C-5, C-21, C-130 Avionics Modernization Program, C-135, CV-22, E-4, E-8, E-10, EC-130J, F-16, F/A-22, F0101102 Engine for B-1B, GBU-15, GBU-31/32/38, General Purpose Support Equipment, Global Positioning system, HC-130P/N, HH-60G, KC-130, MC-130, MC-103E/H/P, MH-53J/M, Milstar Satellite Communications System, RC-135, T-6, T-38, T-43, TRC-8, UH-1H/N, YAL-1A Attach Airborne Laser. The proposed action contemplates issuance of a ten-year Indefinite Delivery/Indefinite Quantity ordering vehicle which allows for decentralized ordering by the AFMC requirements to include fielded platforms and accessorial requirements such as weapons, training systems, support equipment, technical data. The estimated value of this contract within the scope is $47.2 million over a ten-year period. The estimated date of award is 31 Aug 06. Interested parties may contact Deborah Simmons, 583 CBSS/GBMRA, 380 Richard Ray Blvd, Bldg 300, East Wing, Bay E, Robins AFB GA 31098-1622. telephone 478-327-3630, FAX 478-327-3657, e-mail Deborah.Simmons @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: Serivces required are available from only one or a limited number of responsible sources and no other type of services will satisfy agency requirements. All potential offerors should contact the PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. The proposed contract action is for 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 on upon market research, the Government will utilize policies contained in FAR Part 15, Contracting by Negotiation, in its contract for the services. Interested parties may identify to the contracting officer their interest and capability to satisfy the Government’s requirement(s) within 15 days of this notice. 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 (1-800-352-2572) 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 490-17-3084 and request a copy of Department of Defense Form 2345 or call DLSC at the above number. 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 additional information regarding this effort. Contract award 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 any future notices, 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). NSNs: 6130-01-089-3307CX,7025-01-094-4535,5895-01-160-1682BY, 5821-01-162-3123QC,6130-01-165-6096CX,INPUT:6130-01-248-1716CX/OUTPUT:6130-01-371-2960CX,INPUT:6130-01-248-1717CX/ OUTPUT:6130-01-371-2960CX,5998-01-321-0191CX,INPUT:6130-01-325-4164CX/OUTPUT: 6130-01-371-2960CX,6130-01-371-2960CX,6130-01-435-0345CX,5975-01-454-8092CX,5975-01-454-8100CX,7025-01-045-0828JZ 5998-01-032-4090CX,1280-01-278-5170,1290-01-278-5141,6110-01-271-5010AY,1290-01-463-6539,1280-01-506-8249,4920-01-513-4723KV, 4920-01-499-9773KV,INPUT: 4920-01-499-3235KV/OUTPUT: 4920-01-513-4723KV,5998-01-388-6710KV,5998-01-388-6716KV,5998-01-388-6785KV, 5998-01-422-9640KV,5998-01-434-6371KV,5998-01-435-9049KV,5998-01-439-6963KV,5998-01-442-6391KV,5998-01-499-1977KV,5998-01-499-1978KV,5998-01-499-1983KV,5998-01-513-0728KV,5998-01-515-9823KV, 5998-01-515-9825KV,5998-01-516-1917KV,5998-01-516-1920KV, 6625-01-517-1260KV,5998-01-080-8665CX,4920-01-294-5237NT, 4920-01-293-4375NT NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-JUL-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 15-SEP-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/WRALC/Reference-Number-FD2060-06-90002/listing.html)
 
Place of Performance
Address: Place of Performance will vary. Contract origination address is: 380 Richard Ray Blvd, Bldg 301, West Wing, Bay C, Robins AFB GA
Zip Code: 31098
Country: UNITED STATES
 
Record
SN01145942-F 20060917/060915230132 (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.