Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2009 FBO #2753
MODIFICATION

15 -- BQM-164 AFSAT PROGRAM SPARES

Notice Date
6/8/2009
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK, 205 West D Avenue, Suite 433, Eglin AFB, Florida, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
FA8675-09-C-SPARES
 
Archive Date
7/2/2009
 
Point of Contact
Deanna E. Wright, Phone: 8508833386, Leanne T Green, Phone: (850)883-3382
 
E-Mail Address
deanna.wright@eglin.af.mil, leanne.green@eglin.af.mil
(deanna.wright@eglin.af.mil, leanne.green@eglin.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
General Information Document Type: Sources Sought Notice Solicitation Number: FA8675-09-C-SPARES Posted Date: 02 Jun 09 Response Date: 17 Jun 09 Archive Date Classification Code: 15-Aircraft & Airframe Structural Components Contracting Office Address Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, 691st ARSS, 207 West D Avenue, Suite 622, Building 349, Eglin AFB, FL 32542-6008 Description The Air Armament Center, 308th Armament Systems Wing, 728th Armament Systems Group, 691st Armament Systems Squadron, Contracting Office, Eglin AFB FL is planning to procure spare components in support of the BQM-167 Air Force Subscale Aerial Target (AFSAT) program in 4th quarter FY09. AFSATs are used by the 53d Weapons Evaluation Group (WEG) to test and evaluate air-to-air and surface-to-air weapon systems. The Air Force currently procures the BQM-167A target, produced by Composite Engineering Inc. (CEi), to meet this need. The Government does not own a technical data package for the BQM-167A target system and its peculiar support equipment and therefore cannot provide this data to interested parties. Multiple contract actions are anticipated in order to ensure no break in service for the Subscale Aerial Target (AFSAT) program. The first action will be to award a modification to existing contract No. FA8675-07-C-0280. This modification is projected to be awarded in 4th quarter FY09 and will include spares for sustainment of Lots 1-5. The second action will be to award an Indefinite Delivery/Indefinite Quantity (IDIQ) contract in FY10 that will extend through FY15, and issue delivery orders on a quarterly basis to meet ongoing spares requirements. Schedule is critical for the procurement and delivery of spares, and any potential source must be able to deliver these items within the required timeframe to meet critical mission requirements. Potential sources must be capable of providing all the spare items required (~400 unique items in total), not a subset. Spare components to be procured include, but are not limited, to the following: CEi P/N DESCRIPTION LEAD TIME 1C700-107 Structural Assy, Electronics Bay Cover 7 mos 1F200-101 Structural Assy, Empennage 7 mos 1F341-101 Sequencer, ALE-47 (Modified) 7 mos 1L301-101 Canopy, Drogue Assembly 7 mos 1L307-101 Canopy, Main Assembly 7 mos 1E420-9 SENSOR_VDOPS_ENCRYPTION_ESP 7 mos 1C220-101 Structural Assy, Fuselage 8 mos 1C300-101 Assy, Empennage 8 mos 1E455-1 Autopilot Sensor 8 mos 1C600-101 Assy,Outboard Wing,RH 9 mos 1C600-102 Assy,Outboard Wing,LH 9 mos 1E474-101 Electrical Assy, Power Conditioning Unit 10 mos 1E460-1 Transponder, GRDCS 11 mos 1E480-1 Transponder, L-Band (IFF) 11 mos 1E470-3 Integrated Flight Controller 11 mos 1C400-501 Engine, TRI60-5+ 12 mos 1J001-3 Engine Control Unit 12 mos Potential offerors who are capable of meeting the Air Force's spare requirements and delivery schedules outlined above are invited to submit a Statement of Capability (SOC). The offeror's SOC shall clearly demonstrate that: (1) it is capable of producing the spare components listed above within the delivery lead times specified; (2) the delivered spare components are produced in compliance with "International Standard ISO 9001, Quality Management Systems Requirements; and (3) spare components delivered will meet form, fit, and performance requirements for physical and functional compatibility with the BQM-167 aerial target system to include target and associated support equipment. The SOC shall be limited to 25 pages including attachments. Responses are requested by 17 June 2009. The appropriate North American Industry Classification System (NAICS) code for this proposed acquisition is 336411 with a size standard of 1,500 employees. This synopsis neither constitutes a Request for Proposal or Invitation for Bid, nor does it restrict the government to any specific acquisition approach. This synopsis is for information and planning purposes only and does not constitute an IFB or RFP, and is not to be construed as a commitment to contract by the Government. Contracting POC is Ms Deanna Wright at 691st ARSS, 207 West D Avenue, Suite 626, Eglin AF, FL 32542-6853 or at deanna.wright@eglin.af.mil. An Ombudsman has been appointed to hear concerns from offerors or potential offerors. The Ombudsman does not diminish the authority of the program manager or contracting officer but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman but rather to the Contracting points of contact identified above. The Ombudsman is Col Arnold Bunch, AAC/CV, located at 101 West D Avenue, Suite 116, Eglin AFB, FL 32542-5422. He may be contacted via email at Arnold.bunch@eglin.af.mil or phone number (850) 882-5422. Points of Contact for this effort are Deanna Wright, Contract Specialist, (850) 883-3386, Email deanna.wright@eglin.af.mil or Leanne Green, Contracting Officer, Phone (850) 883-3382, email leanne.green@eglin.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AAC/FA8675-09-C-SPARES/listing.html)
 
Place of Performance
Address: 5891 Raley Blvd, Sacramento, California, 95838, United States
Zip Code: 95838
 
Record
SN01838595-W 20090610/090608234816-565db9db8579b7c575d70ed5bacce4e7 (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.