Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 22,1997 PSA#1892

Oc-Alc/Dir Contracting/Commodities, 3001 Staff Dr Ste 2ah77a, Tinker Air Force Base Ok 73145-3028

66 -- ESG SUB-ASSEMBLY SOL F34601-97-R-0089 DUE 090597 POC For copy, Joanna Latting/Lidia/[405]739-4405, For additional information contact Joanna Latting/Lidia/[405]739-4405 Item 0001 NSN 6605-01-225-2276 P/N: 34065389-002, Electro-statically suspended gyroscope rotor housed in a ceramic envelope with sputter-deposited nickel suspension electrodes. Vacuum sealed with indium wire Functions as the inertial stabilization element for the SPN/GEANS inertial navi gator. Signals from the optical pickoffs control platform gimbals to provide a stable frame of reference for the accelerometer triad. Solicitation contains long lead material for option production quantities which includes but is not limited to Beryllium rotor,indium seal,ceramics and various metals. 72EA. Applicable to: B52h, F117. Destn: Tinker Air Force Base Ok 73145-3028. Delivery: 30 APR 99 72 ea Item 0002 17. Services, Non-Personal: The contractor shall provide all labor, facilities, equipment and material to accomplish the repair and packaging of the ESG Sub-assembly. A Firm Fixed Price contract is contemplated for One Year, plus four One-Year Options. The Items and Quantities are as follows: CLIN 0003: NSN 6605-01-225-2276; P/N 340653889-002; NOUN: ESG Sub-assembly; APPL: B52H/F117; Basic Year Qty: 24 Ea; Option I Qty: 24 Ea; Option II Qty: 24 Ea. Option III Qty: 24 Ea. Option IV Qty: 24 Ea. Material: Beryllium rotor, indium seal, ceramic, and various metals. Dimensions: 2.25 incles diameter by 2.75 incers long. Description and Function: See above. CLIN 0004: Over and Above Work: Basic year/Option I/Option II/Option III/Option IV; CLIN 0005: Data IAW DD Form 1423. Basic year: Exhibit "A"; Option I: Exhibit "B"; Option II: Exhibit "C", Option III: Exhibit "D"; Option IV: Exhibit "E". CLIN 0006: Contractor Acquired Property(CAP): Basic year/Option I/Option II/Option III/Option IV Deliveries are to Tinker AFB OK. Award may include Options. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources may submit a bid, proposal, or quotation which shall be considered. REPLY FAX NUMBER is (405)739-3462, ATTN: OC-ALC/LIDIA, Joanna Latting. 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) 0001 THIS SOLICITATION INCLUDES BOTH NEW PRODUCTION AND REPAIR. The approximate issue/response date will be 06 Aug 97. To: Honeywell Inc, Clearwater Fl 34624-7290. 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 is for 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. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. 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. Request for Written Quotation will be issued. The anticipated award date will be 60 days after the issuance of this notice. See Note (s) Note 26. (0198)

Loren Data Corp. http://www.ld.com (SYN# 0427 19970722\66-0001.SOL)


66 - Instruments and Laboratory Equipment Index Page