Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2010 FBO #3203
SOLICITATION NOTICE

10 -- TER-9/A Electronic Control Unit

Notice Date
8/30/2010
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8520-10-R-20978
 
Archive Date
9/28/2010
 
Point of Contact
Kevin Beck, Phone: 478-327-4843
 
E-Mail Address
kevin.beck@robins.af.mil
(kevin.beck@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a presolicitation notice. Anticipated release of the solicitation is on or about 13 September 2010 with responses due 30 calendar days after solicitation release. The Government intends to award a Firm Fixed Price contract for TER-9/A Electronic Control Units as follows: NSN: 1095-01-454-5388 PART NUMBER: 4915-0000 Period of Performance: Five years including one (1) basic year plus four (4) outyear options. UNIT OF ISSUE: each QUANTITIES: Basic year: Mission essential quantity of 45 each and production quantity of 30 each. Outyears: Best estimated quantity of 30 each per year. DESCRIPTION: Approximately 7"L x 2.2"W x 4.5"H with a weight of approximately between 1.5 lb and 4 lb. PREDOMINANT MATERIAL OF MANUFACTURE: Solid state components and Aluminum. Function : Used on F-16 Aircraft. Self-contained unit that provides firing pulses to release stores from the TER-9/A triple ejector rack. Operates in a complex electronic environment without emitting harmful electronic interference. Destination and delivery schedule : To be provided in solicitation. INSURANCE BUY: This acquisition will be processed in accordance with AFMC FAR Sup 5352.217-9006 (Award of Mission Essential Quantity). If a proven source is not the low offeror, the basic quantity may be split into a First Article quantity, for award to the low unproven offeror, and a Minimum Essential Quantity, for award to the proven source, with the balance of the requirement established as options in both contracts. Authority 10 U.S.C. 2304(c)(1), "Supplies (or services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements" may apply. Description of procedures : The solicitation will be available for viewing or downloading at www.fedbizopps.gov only. This solicitation will be issued as a request for proposal (RFP). Based on market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items or Service, in its solicitation for the described services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial service within 15 days of this notice. No telephone requests will be accepted and no hard copies will be issued. Offerors shall prepare their proposals in accordance with mandatory, explicit and detailed instructions contained in the RFP. Proposals will be evaluated and award made in accordance with the evaluation criteria stated in the RFP, Performance/Price Trade-Off. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. OFFERORS ARE STRONGLY ENCOURAGED TO REVIEW RATINGS IN PPIRS/CPARS FOR ACCURACY AS SOON AS POSSIBLE. An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM Ombudsman, Crystal B. Hollifield at 478 222-1088, FAX 478 222-1855, email Crystal.Hollifield@robins.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. The ombudsman has no authority to render a decision that binds the agency. Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. The solicitation document may contain information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)- 352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8520-10-R-20978/listing.html)
 
Record
SN02261040-W 20100901/100830235801-1730aa2d051ecb6840105ebb1b5e2b72 (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.