SOLICITATION NOTICE
62 -- 10 each Panel Indicators appl. to the APN169 with 3 year outyear options
- Notice Date
- 1/24/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
- ZIP Code
- 31098-1611
- Solicitation Number
- F09603-03-R-81051
- Archive Date
- 3/29/2003
- Point of Contact
- TeWanna Davis, Contract Specialist, Phone (478)926-2019, Fax (478)926-7545, - Deana Lord, Contract Specialist, Phone (478)926-7161, Fax (478)926-7530,
- E-Mail Address
-
TeWanna.Davis@robins.af.mil, Deana.Lord@robins.af.mil
- Description
- DESCRIPTION: Panel Indicator applicable to the APN169. NSN: 6220-01-159-6059CW, PART NUMBER: 8008-7014-1. Mission Essential Quantity is 10 ea, Production Qty of 10 ea, with 2 first articles 1 being expended; Options I-III with a BEQ of 4 each per year. Required delivery date of June 30, 2003. Approximate solicitation date is February 18, 2003 with the approximate response date of March 17, 2003. The solicitation will be available for viewing or downloading from this web site http://www.fedbizopps.gov/. The buyer is TeWanna Davis, WR-ALC/LYKD, 380 Richard Ray Blvd., Suite 104, Robins AFB GA 31098-1638. Telephone 478-926-2019, FAX 478-926-7530, e-mail: TeWanna.Davis@robins.af.mil. This acquisition will be processed in accordance with AFMC 5317.7590 (Insurance Policy). The Government is in possession of an adequate data package, therefore proposals will be accepted from offerors other than the qualified sources for this item. The data contains Export Controlled Information. As a result, the data itself will not be posted. However, instructions on how to access the data will be posted with the solicitation. If an unqualified source is the low offeror, then 2 each First Articles will be required for testing. To allow uninterrupted supply during this period, the mission essential quantity (MEQ) of 10 will be awarded to a proven source. Pending acceptance of the First Articles, the balance will then be awarded to the low offeror. Only written or faxed requests received directly from the requester are acceptable. The request for solicitation should contain Company Name, Address, Point of Contact, Cage Code Number, Size of Business pursuant to the North American Industry Classification System (NAICS) Code 334511 (750 employees). No telephone requests will be accepted. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. All potential Offers should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. 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. Numbered Note 22 applies only to the quantity identified as the mission essential quantity in the solicitation. 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).
- Record
- SN00246425-W 20030126/030124214201 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |