Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 25, 2010 FBO #3074
SOLICITATION NOTICE

70 -- Remanufacture of B-2 Aircraft Center Instrument Display Set

Notice Date
4/23/2010
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; BLDG 3001 SUITE 2AH82A; TINKER AFB;OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8119-10-R-0019
 
Response Due
6/9/2010
 
Point of Contact
Harold Taylor, Phone 405-739-2128, Fax 000- -, Emailharold.taylor@tinker.af.mil
 
E-Mail Address
Harold Taylor
(harold.taylor@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Duration of Contract Period: 5 Years (three year basic and two1-Year Options) Electronic procedure will be used for this solicitation. 1. Estimated issue date and estimated closing/response date: Issue 10May 2010,Close 9 June 2010 2. PR#: FD20301026783 3. Service/Spare/Repair/OH: Remanufacture 4. AMC: 3G 5. Item: See 9. 6. NSN: See 9. 7. PN: See 9. 8. Description: See 9. 9. Total Line Item Quantity: Include quantity ranges if applicable. L/I 0001 - Remanufacture of NSN 7025-01-462-9363FW, PN 8524141-101, DiskDrive Unit. The DSRU utilizes nonvolatile memory for the storage ofdigital data in buffer memory and in removable transportable cartridges.L/I 0001AA - Basic 3 Years, Best Estimated Qty: 20 EAL/I 0001AB - Option Year 1 - Best Estimated Qty: 6 EAL/I 0001AC - Option Year 2 - Best Estimated Qty: 8 EA L/I 0002 - Remanufacture of NSN 5895-01-539-0420FW, PN 5050344-49,Signal Data Processor. The CID processor provides processing of allanalog and digital signals associated with engine performancemonitoring, standby flight instrument display, warning and cautiondisplay, and TSD functions of the CID Display.L/I 0002AA - Basic 3 Years, Best Estimated Qty: 32 EAL/I 0002AB - Option Year 1 - Best Estimated Qty: 8 EAL/I 0002AC - Option Year 2 - Best Estimated Qty: 12 EA L/I 0003 - Remanufacture of NSN 6610-01-397-6965FW, PN 3775146-3,Multi-Display Unit. The multipurpose display unit provides a color CRTdisplay to be observed by the pilot or WSO.L/I 0003AA - Basic 3 Years, Best Estimated Qty: 132 EAL/I 0003AB - Option Year 1 - Best Estimated Qty: 50 EAL/I 0003AC - Option Year 2 - Best Estimated Qty: 41 EA L/I 0004 - Remanufacture of NSN 6610-01-436-2803FW, PN 3757512-4,Display Processor. The programmable processor provides all the symbologyand raster generation, modes, and switch interpretation for the controlsand displays system.L/I 0004AA - Basic 3 Years, Best Estimated Qty: 36 EAL/I 0004AB - Option Year 1 - Best Estimated Qty: 14 EAL/I 0004AC - Option Year 2 - Best Estimated Qty: 11 EA L/I 0005 - Remanufacture of NSN 5841-01-319-1380FW, PN HG7170AB02,Receiver-Transmitter. The radar altimeter receiver-transmitter containsall the circuitry required to generate and transmit energy via thetransmit antenna, receive and process the energy returned from thesurface below via the receiver antenna and supply the required radaraltitude and warning signals to other avionic equipment.L/I 0005AA - Basic 3 Years, Best Estimated Qty: 14 EAL/I 0005AB - Option Year 1 - Best Estimated Qty: 6 EAL/I 0005AC - Option Year 2 - Best Estimated Qty: 4 EA L/I 0006 - Remanufacture of NSN 6610-01-538-4660FW, PN 5050343-29.Flight Display Unit. The display unit is used as the primary display forLink-16 data communications and as a secondary display for standbyflight instruments, engine performance, and warnings and cautions.L/I 0006AA - Basic 3 Years, Best Estimated Qty: 12 EAL/I 0006AB - Option Year 1 - Best Estimated Qty: 2 EAL/I 0006AC - Option Year 2 - Best Estimated Qty: 5 EA L/I 0007 - Over and Above Work L/I 0008 - Data Requirements 10. Application (Engine or Aircraft): B-2 Aircraft 11. Destination: To Be Determined 12. Delivery: To Be Determined, Firm Fixed Price 13. Qualification Requirements: Waiver of Qualification RequirementApplies 14. Export Control: Not Applicable 15. UID: Note to Contractor: If unit price exceeds $5,000 then UIDrequirements will apply. 16. Mandatory Language: The proposed contract action is for supplies or services for which theGovernment intends to solicit and negotiate with only one source,HONEYWELL INTERNATIONAL INC, ALBUQUERQUE, NM, 87113-2227, under theauthority of FAR 6.302. Waiver of Qualification Requirement applies andQualification Requirements will not be developed. A determination bythe Government not to compete with this proposed contract based uponresponses to this notice is solely within the discretion of theGovernment. Based upon market research, the Government is not using the policiescontained in Part 12, Acquisition of Commercial Items, in itssolicitation for the described supplies or services. However, interestedpersons may identify to the contracting officer their interest andcapability to satisfy the Government's requirement with a commercialitem within 15 days of this notice. 17. Buyer name, phone#, and email address: Harry Taylor, 405-739-2128,Harold.taylor@tinker.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8119-10-R-0019/listing.html)
 
Record
SN02130718-W 20100425/100423235259-478bec7c74f3256d35490e81afb423d6 (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.