Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
MODIFICATION

49 -- Test Set, Fire Control

Notice Date
4/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
642 CBSG PKAB; 460 RICHARD RAY BLVD STE 200;CML PHN 478 2221912; ROBINS AFB; GA; 31098
 
ZIP Code
31098
 
Solicitation Number
FA8532-10-R-22789
 
Response Due
6/2/2010
 
Archive Date
10/29/2010
 
Point of Contact
Rachel R Wynne, Phone: 4782221889
 
E-Mail Address
rachel.wynne@robins.af.mil
(rachel.wynne@robins.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
ITEM 0001: NSN 4920-01-121-3601KU, Part Number 160D998560-1, Test Set,Fire Contr is used to test armament circuits on the A-10 aircraft forhazardous stray voltages and for correct voltage for electro-explosivedevices, required for jettison actions of missile launchers, bomb/rocketracks and chaff/flare dispenser system. Requirement is for 51 each (1ea First article and 50 each production units) plus data associated withthe first article to include technical manuals in the basic year. Alsoincluded are 4 Option Periods. Option I is valid for 365 days, 1-25each; Option II is valid 730 days, 1-25 each; Option III is valid 1095days, 1-25 each; Option IV is valid for 14 60 days, 1-25 each.Materials: weatherproof plastic suitcase that contains a voltagedetector, adapter cables and short plugs.DELIVERY - ITEM 0001: Place of delivery for First Article andproduction units: SW3119. First article is due 30 days ARO Approval ofTest Inspection Report; Test procedure is due 60 ARO contract; TestInspection Report is due 180 ARO contract; Production Units are due 180 days ARO Approval of First Article. Delivery of options is 180days after exercise of option. Location to be determined.Drawings will be made available online when the RFP is posted.The approximate RFP issue date will be 3 May 2010; proposals are due 2June 2010. Electronic procedures will be used for this solicitation atwww.fedbizopps.gov only. NO TELEPHONE REQUESTS WILL BE HONORED and nohard copies will be mailed out.Offerors shall prepare their proposals in accordance with mandatory,explicit, and detailed instructions contained in the RFP. TheGovernment will evaluate past performance utilizing the Past PerformanceInformation Retrieval System (PPIRS). Proposals will be evaluated andaward made in accordance with the evaluation criteria stated in the RFP.OFFERORS ARE STRONGLY ENCOURAGED TO REVIEW RATINGS IN PPIRS FOR ACCURACYAS SOON AS POSSIBLE.This is a small business set-aside. All responsible sources may submita bid, proposal, or quotation which shall be considered by the agency.The solicitation document contains information that has been designatedas 'Military Critical Technical Data.' Only businesses that have beencertified by the Department of Defense, United States/Canada JointCertification Office, and have a valid requirement may have a copy of DDForm 2345, Militarily Critical Technical Data Agreement. To obtaincertification, contact: Commander, Defense Logistics InformationService (DLIS), ATTN: U.S./Canada Joint Certification Office, 74Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at(800)-352-3572. The DLIS United States/Canada Joint CertificationLookup service is available via the internet at:http://www.dlis.dla.mil/ccal/. All questions regarding the RFP and /or the data packages must besubmitted in writing to Rachel.Wynne@robins.af.mil with copy toTara.Odom@robins.af.mil. NO TELEPHONE QUESTIONS. All questions andanswers will be uploaded to www.fedbizopps.gov. However, the identityof the potential offeror will not be included. Offerors are encouragedto register to receive notification for solicitation and allamendments/revisions and to check the FEDBIZOPPS site prior tosubmission of proposal.Anticipated award date is 7 July 2010. Based upon market research, the Government is not using policiescontained in Part 12, Acquisition of Commercial Items, in itssolicitation for the described supplies or services. However, interestedparties may identify to the contracting officer their interest andcapability to satisfy the Government's requirement with a commercialitem within 15 days of this notice. IAW IG5305.207(c)(91)(3) Note G: The Data Package for this requirementis available on CD-ROM only. Aperture Cards are not available for thisprocurement. The minimum set-up requirements to view this data packageare as follows: 386 DX/33; 4 Megabytes RAM; VGA Monitor; Mouse; 2X(Dual Speed) CD ROM Drive; Microsoft Windows, Version 3.1 or Later; MSDOS, Version 5.0 or Later
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8532-10-R-22789/listing.html)
 
Record
SN02134601-W 20100430/100428235052-6bf5f390085463f7c0c79b74dbf8d9ee (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.