Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2009 FBO #2732
SOLICITATION NOTICE

16 -- PANEL, CONTROL, ELECT

Notice Date
5/18/2009
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), DEPARTMENT OF THE AIR FORCE; BLDG 3001 SUITE 2AH82A; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8119-09-Q-0025
 
Response Due
5/18/2009
 
Archive Date
5/18/2009
 
Point of Contact
Theresa Cerda, Phone 405-734-4624, Fax - - , Email theresa.cerda@tinker.af.mil<br />
 
E-Mail Address
Theresa Cerda
(theresa.cerda@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis The United States Air Force through Global Logistics Support Center (GLSC) at Oklahoma City Logistics Center (OC-ALC) is contemplating to procure a quantity range of a Min 1 and a Max of 3 of the following below subject NSN/Part number. This will be a onetime requirements buy with no options. This is 100% SB set aside. 1. Estimated issue date and estimated closing/response date Synopsis issued 18 May 2009 with an estimated award date of 24 July 2009. 2. PR# - FD2030-09-814853. Service/Spare/Repair/OH - Spare4. AMC - 2G5. Item: Panel, Control, Elect6. NSN - 1680-01-349-91607. PN - DAA3233A025-0078. Description: 100% SB Set aside. The lighting control panel provides a centralized location for the crew control of selected A/C lighting circuits. The panel provides switches for on-off brightness control of the CLS. 9. Total Line Item Quantity: L/I 0001 - Spares, Panel Control- Qty min 1 and max 3 (qty range). 10. Application (Engine or Aircraft) - B-2 aircraft11. Destination: FB2039, Tinker AFB, OK., 73145-901312. Delivery: Required Delivery - 1 Ea on or before 30 Apr 201013. Qualification Requirements: n/a14. Export Control: Yes, this item is export controlled. This acquisition 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 contractor must submit a copy of their current, approved DD Form 2345 with their request for solicitation. The form including instructions for completing the form is available at http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. 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 sourcesreceived after 15 days or from non-MOU country sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential primer contractors but could, if otherwise eligible, participate as subcontractors). 15. UID: Note to Contractor: If unit price exceeds $5,000 then UID requirements will apply. 16. Mandatory Language: n/a17. Buyer name, phone#, and email address Theresa L. Cerda (405) 734-4624Theresa.cerda@tinker.af.mil 18. Notes:Electronic procedure will be used for this solicitation. The proposed contract action is for spares for which the Government intends to negotiate with only those that are Qualified Small Business (100% SB set aside). Interested persons may identify their interest and capabilities to respond to the requirement for submit proposals. A Determination by the Government not to compete this proposed contract based upon responses to this notice is solelywithin the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. PR Number(s): FD20300981485Item: 0001NSN: 1680013499160FWFW PANEL, CONTROL, ELECTP/N: DAA3233A025-007, Description: THE LIGHTING CONTROL PANEL PROVIDES A CENTRALIZED LOCATION FOR THE CREW CONTROL OF SELECTED A/C LIGHTING CIRCUITS. THE PANEL PROVIDES SWITCHES FOR ON-OFF BRIGHTNESS CONTROL OF THE CLS. LENGTH 8, WIDTH 8, HEIGHT 8, WEIGHT 3.5Quantity: 2.0000 EA Destn: FB2039,Tinker AFB,OK.,73145-9013. Delivery: 30 APR 2010, 1.00 EA The anticipated award date will be:18MAY2009 Written response is requiredAnticipated Award Date: 24JUL2009 Duration of Contract Period: See Line Items Electronic procedure will be used for this solicitation. IAW FAR 5.207(c)(12)(i) - Buy American Act/Free Trade Agreements/Israeli Trade Act: One or more of the items under this acquisition is subject to Free Trade Agreements." IAW FAR 5.207(c)(15)(i), All responsible sources may submit a bid, proposal, or quotation which will be considered by the agency IAW FAR 5.207(c)(15)(ii), All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency Based upon market research, the Government is not using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested parties 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8119-09-Q-0025/listing.html)
 
Record
SN01821394-W 20090520/090518235302-0554cdf112050dada1120e7f50740d48 (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.