MODIFICATION
J -- F-16 Repair and Overhaul of Head Up Display Assets
- Notice Date
- 5/24/2004
- Notice Type
- Modification
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038 Aspen Ave (Bldg 1289), Hill AFB, UT, 84056
- ZIP Code
- 84056
- Solicitation Number
- FA8212-04-R-BBBZ
- Archive Date
- 8/24/2004
- Point of Contact
- Julianne Gibby, Contracting Officer, Phone 801-775-2360, Fax 801-777-6172,
- E-Mail Address
-
Julianne.Gibby@hill.af.mil
- Description
- The purpose of this amendment is to add the attachment of NSN's. This announcement constitutes the fulfillment of Public Law 2304. NA PR Number: FD2020-04-67578 Item: 0001 NSN: 1270-01-251-2706WF PN: 79-077-06-01K Qty: TBD Item 0002 NSN: 1270-01-463463-1657WF PN: 51-036-10-92B Qty TBD Item 0003 NSN: 1270-99-735-6352WF PN: 229-026255-03 QTY: TBD Item 0004 NSN: 1270-99-735-6356WF PN: 229-026253-01, -02, Qty: TBD Item 0005 NSN: 5960-99-513-3481WF PN: 229-029554-03 Qty TBD Item 0006 NSN: 1270-01-333-3608WF PN: 79-081-13-02C Qty TBD, plus an additional 100 NSNs. See attached NSN list. Electronic procedure will be used for this solicitation. TO: BAE SYSTEMS INTEGRATED DEFENSE SOLUTIONS INC, Austin TX. Authority: 10 U.S.C. 2304(C) (1), Justification: Supplies (or Services) are available from only one or a limited number of responsible source(s) and no other type of supplies and services will satisfy agency requirements. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source 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 with 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 requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification. The government intends to establish a 5 year repair and overhaul requirements type contract to support the F-16 HUD. This repair effort will be subject to the Service Contract Act of 1965. 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 the 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 (801)777-6991 if your concerns are not satisfied by the contracting officer. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov . The HUD System is comprised of two major components, the Pilot?s Display Unit (PDU) and the Electronics Unit (EU). These components are often referred to as Line Replaceable Units (LRUs). This acquisition is for the repair and overhaul of the PDU, the EU, and their associated sub-assemblies that are often referred to as Shop Replaceable Units (SRUs). The PDU consists of two parts, a cast alloy chassis containing electronic components and an alloy casting containing the optics assembly. A control panel and combiner glass is mounted on the optics assembly. The EU consists of a chassis electrical assembly, a low volt power supply, and 18 printed circuit cards. The PDU, through an interface with the EU and other equipment, provides navigation and aircraft performance information such as altitude, airspeed, attitude, weapons aiming and landing information that are all critical to the pilot. Interested parties may request a source qualification statement from Mr Thomas Heaps, email thomas.heaps@hill.af.mil, telephone (801) 775-6394. Request any engineering data in support of this synopsis by contacting OO-ALC/LGVED, Sheila Gunn. The request can be emailed to Sheila.Gunn@hill.af.mil or faxed to (801)-777-9092. This request for data should contain the synopsis number, a reference to "Sources Sought", a copy of the contractor's DD Form 2345 and a list of the drawings that are needed (the CAGE and/or NSN are also helpful). Please respond by 30 days after posting date. Original Point of Contact Mary L. Adams, Contracting Officer, Phone: (801) 777-5965, Email: mary.adams@hill.af.mil
- Record
- SN00591262-W 20040526/040524212052 (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 |