|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 23,1996 PSA#1747Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, = Tinker
Air Force Base Ok 73145-3028 J -- CIRCUIT CARD = SOL F34601-97-R-48321 DUE 022197 POC For copy,
OC-ALC/PKXDA TINKER AFB OK 73145-3015, For additional = information
contact Jim Mcneill/Lidia/[405]739-4408 J066 -- A request for proposal
will be issued to Honeywell Inc, = Phoenix Az for the repair of
component parts applicable to the C-135 and B-52 Aircraft. A Firm Fixed
Price Requirement type contract for a period of one year plus two
one-year Options and a 90-day Option is contemplated. Items to be
repaired consist of the following: Item 0001: NSN; 6615-01-225- 3798,
Noun: CCA, P/N: 8503546-901, Estimated Quantities are 1 each per year.
Item Dimensions; 6" L x 6 " W x. 75" D. Material content; Various
Electronic Components. Description and Function of Item; Digitizes
pressure signals from the ADSU and sends digital signals to the FCSP.
Item 0002: NSN: 6615-01-225-3799, Noun: CCA, P/N: 8503585-901.
Eatimated Quantities are 1 each per year. Item Deminsions: 2" L x 6" W
x, 75" D. Material Content: Various Electronic Components.
Descriptioin and Function of Item: A/C 28VDC to filtered 5 VDC for the
ACUS. Item 0003: NSN: 6615-01-225-8214, Noun: Sensor, P/N:
8503338-901. Estimated Quantities: Basic Year, 31 ea., Option I, 32
ea., Option II, 31 ea., 90-Day Option, 9 ea. Item Dimensions: 4" H x 9"
W x. 75" D. Material Content: Various Electronic Components.
Description and Function of Item: Senses exterior aircraft pressures
and digitizes this information in a signal to the FCSP. Item 0004: NSN:
6615-01-225-8139, Noun: Processor, P/N: 8503419-904. Estimated
Quantities: Basic year, 18 ea., Option I, 16 ea., Option II, 16 ea.,
90-Day Option, 6 ea. Item Dimensions: 11.5" W x 8" H x 19.85" L.
Material content: Various Electronic Components> Description and
Function of Item: Controls aircraft surfaces while in autopilot mode.
Item 0005: NSN: 6615-01-225-0215, Noun: Processor, P/N: 8503419-903.
Estimated Quantities: Basic Year, 41 ea., Option I, 37 ea., Option II,
46 ea., 90-Day Option, 12 ea. Item Dimensions: 11.5" W x 8" H x 19.85"
L. Material content: Various Electronics Components. Description and
Function of Item: Controls aircract surfaces while in autopilot mode.
Deliveries are to be made to FB2039, Tinker AFB OK. Qualification
requirements: Sources must be qualified prior to being considered for
award. The solicitation will contain instructions for obtaining further
information on this requirement. The requirements of FAR 9.202(A) have
been completed and copies of the qualification requirements and
standards may be obtained as described in the solicitation. These
qualification requirements apply to line item(s) all all The
approximate issue/response date will be 21 Jan 97. To: Honeywell Inc,
Phoenix Az 85027-2837. No telephone requests. Only written or faxed
requests received directly from the requestor are acceptable. All
responsible sources solicited may submit a bid, proposal, or quotation
which shall be considered. Authority: 10 U.S.C. 2304(C)(1),
Justification: 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. The proposed
contract action isfor supplies and services for which the Government
intends to solicit and negotiate with only one, or a limited number of
sources under the authority of FAR 6.302. Interested persons may
identify their interest and capability to respond to the requirement or
submit proposals. This notice of intent is not a request for
competitive proposals. However, all proposals received within forty
five-days (thirty days if award is issued under an existing basic
ordering agreement) after date of publication of this synopsis will be
considered by the Government. A Determination by the Government not to
compete this proposed contract based upon responses to this notice is
solely within the discretion of the Government. Information received
will normally be considered solely for the purpose of determining
whether to conduct a competitive procurement. It is suggested that
small business firms or others interested in subcontracting
opportunities in connection with the described procurement make contact
with the firm(s) listed. Specifications, plans, or drawings relating to
the procurement described are incomplete or not available and cannot be
furnished by the Government. Note: An Ombudsman has been appointed to
hear concerns from offerors or potential Offerors during the proposal
development phase of this acquisition. The purpose of the Ombudsman is
not to diminish the authority of the program director or contracting
officer, but to communicate contractor concerns, issues, disagreements,
and recommendations to the appropriate government personnel. When
requested, the Ombudsman will maintain strict confidentiality as to
source of the concern. The Ombudsman does not participate in the
evaluation of proposals or in the source selection process. Interested
parties are invited to call the Ombudsman at (405) 736-3273. DO NOT
CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation
requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015,
FAX NUMBER (405)739-5411. This acquisition involves technology that has
a military or space application. The only US contractors who may
participate are those that are certified and registered with the
Defense Logistics Services Center (DLSC) (1=A9800=A9352=A93572) at the
time of the request and have a legitimate business purpose. US
contractors must submit with their request for solicitation a copy of
their current, approved DD Form 2345 if obtained within the last 60
days. If you do not have a cage code but you have a current certified
DD Form 2345, you must submit your DD Form 2345 with your request. To
request this certification, write to the Commander, United
States/Canada Joint Certification Office, Defense Logistics Services
Center, ATTN: DLSC=A9SBB, 74 Washington Avenue North, Battle Creek MI
49017=A93084 and request a copy of Department of Defense Form 2345 or
call DLSC at the above number. The solicitation/data package will be
mailed to the data custodian identified in block 3 of the DD Form 2345
in accordance with the current solicitation mailing process. The
extent of foreign participation has not yet been determined. Nothing in
this notice contradicts other restrictions, identified in the synopsis
notice or solicitation, regarding eligible sources (e.g., if this is
a small=A9business set=A9aside, foreign sources may not participate as
potential prime contractors but could, if otherwise eligible,
participate as subcontractors). See Note (s) 26. (0353) Loren Data Corp. http://www.ld.com (SYN# 0039 19961223\J-0007.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|