Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOLICITATION NOTICE

61 -- Wiring Harness

Notice Date
6/5/2013
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8520-13-R-00407
 
Archive Date
9/30/2013
 
Point of Contact
Valerie D. Clark, Phone: 4789269680
 
E-Mail Address
valerie.clark@robins.af.mil
(valerie.clark@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This requirement is for a firm-fixed price contract with options for a Wiring Harness applicable to the LAU-118 Launcher ALIC. This requirement is for a new spares buy of the wiring harness: NSN: 6150-01-550-4766AO, part number 2269408 to support USAF F-16 aircraft. The Wiring Harness is part of the ALIC which is located on the end of the LAU-118 Launcher. The LAU-118 launches the AGM-88 (HARM) Missile. General characteristics of the Wiring Harness are as follows: Height - 2", Width - 15", Depth - 6", Weight - 2lbs. Predominant materials of manufacture are: electrical wiring, plastic electrical connectors and metal electrical connectors. Contractors who have not delivered within the past 36 months shall undergo first article testing. First articles are expected to be produced, tested and accepted by the Government 12 months after award of contract. First articles (2 each) shall be tested by the contractor and the first article units will be shipped to Robins AFB for Government testing to ensure form, fit, and function. To ensure support for Mission Essential Quantities (MEQ), AFMC Insurance Policy procedures will be used to potentially award two contracts, if unqualified source is the overall best value evaluated offeror, a Mission Essential Quantity (MEQ) will be awarded to the best value evaluated proven source in order to maintain current demand levels during the first article qualification process. There will be an estimate of 10 units required each year. The requirement includes a Basic ordering period of one year and 4 one year option periods. The basic ordering period for the MEQ, the MEQ option, and production option quantities will equate to a five year program. It is anticipated that the RFP will be released on or around 20 June 2013. The RFP and technical data required to respond will be posted to the Federal Business Opportunities webpage (http://www.fbo.gov/). NO HARD COPIES WILL BE PROVIDED. The technical data required to respond to the RFP may be obtained at the same website. All vendors are required to register. For vendor assistance or problems with the Federal Business Opportunities website, contact the help desk via the Help Desk link provided in the lower right hand corner of the webpage. This is an Insurance Policy buy IAW AFMC MP 5317.7590-1. Insurance policy procedures provide the means of competing the maximum practical quantity of a requirement while acquiring an MEQ from a proven source to ensure continued mission support during the production capability validation from an unproven source. Portions of the requirement may be restricted for award to a proven source. These items have been determined of such complexity and/or so critical that first article testing measures are required for all unproven sources. Additionally, the government has determined that a break in the supply of these items (that is, failure to deliver due to timeliness and/or conformance) would seriously impact the mission capability or cause serious damage or harm. Numbered Note 22 applies only to the quantity identified as the mission essential quantity in the solicitation. The Government owns the drawing package with full rights for production. 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 data. All requests for copies of the solicitation data 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 United 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/FA8520-13-R-00407/listing.html)
 
Place of Performance
Address: Robins AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN03081369-W 20130607/130606002601-e3f1cc7cb2e741bc32938a1e1176e248 (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.