Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 8, 2000 PSA #2743
SOLICITATIONS

58 -- FREQUENCY CONVERTER (DOWN)

Notice Date
December 6, 2000
Contracting Office
WR-ALC/PKXOA, 235 BYRON ST, ROBINS AIR FORCE BASE GA 31098-1611
ZIP Code
31098-1611
Solicitation Number
F09603-01-R-50205
Response Due
January 25, 2001
Point of Contact
MAIL TO ABOVE ADDRESS include mfg code, For additional information contact Donna Walcott/Lnkb/[912]926-2719
E-Mail Address
Click Here to E-mail Buyer***** (Donna.Walcott@robins.Af.Mil)
Description
Item 0001 NSN 5895-01-267-7705EW P/N: 0498036-1, Basic Incremental Qtys:1-25, 26-50, 71-75, and 76-101. In addition, an option quantity of 29 ea with increments of 1-15 and 16-29 will be available for exercise within 12 months after basic award. 101ea. Applicable to: An/Alq-172. Destn: Inspection and acceptance and FOB point are at origin. Delivery:01 Oct 2001 101 ea Item 0002 NSN 5895-01-267-7728EW Electrical Limiter P/N: 0036002-1, Basic Solicitation will contain incremental quantities of: 1-19, 20-38, 39-58, and 59-76. An option quantity of 22 ea will be included which will be avail- able for exercise within 12 months after basic award. 76ea. Applicable to: An/Alq-172. Destn: Inspection and Acceptance and FOB point are origin. Delivery:01 Oct 2001 76 ea Item 0003 NSN 5865-01-268-2863EW Acu Assembly (Receiver) P/N: 0198078-1, Basic quantity will include increments of: 1-4, 5-8, 9-12, and 13-15. An option will be included for a quantity of 6 ea available for exercise within 12 months after award. The option quantity will include a incremental quantity ranges of: 1-3 and 4-6 ea. 15ea. Applicable to: Alq-172 (V2). Destn: Inspection and Acceptance and FOB point are at origin.. Delivery:01 Oct 2001 15 ea FAX 478-926-7214 CLASSIFIED The approximate issue/response date will be 26 DEC 2000. Electronic procedure will be used for this solicitation. See our Web page. To: Raytheon Co, Goleta Ca 93117-3114. 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. 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. Security clearance will be required of all bidders offerors. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. All potential offerors should contact the buyer/PCO identified above for additional information and or to communicate concerns, if any, concerning this acquistion. If your concerns are not satisfied by the contracting officer, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate serious contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals in the source selection process. When appropriate potential offerors may contact Ombudsman James Grant, Chief, Contract Policy Division, at 912-926-2604. Please be prepared to identify previous contacts made by you in an attempt to resolve your concern. This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. To request this certification, write to the Commander, Defense Logistics Services Center, ATTN: DLSC-FEB, Federal Center, Battle Creek MI 49017- 3084 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. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). See Note (s) 26.
Web Link
WR-ALC Directorate of Contracting Acquisition (http://pkec.robins.af.mil)
Record
Loren Data Corp. 20001208/58SOL004.HTM (I-341 SN5082O2)

58 - Communication, Detection and Coherent Radiation Equipment Index  |  Issue Index |
Created on December 6, 2000 by Loren Data Corp. -- info@ld.com