SOLICITATION NOTICE
10 -- TCTO Kit (MAU-12 Conversion Kit)
- Notice Date
- 8/26/2004
- Notice Type
- Solicitation Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- 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
- FA8520-04-R-40682
- Response Due
- 10/12/2004
- Archive Date
- 10/27/2004
- Point of Contact
- William (Bill) Downs, Contract Specialist, Phone (478)926-3948, Fax (478)926-4927,
- E-Mail Address
-
Bill.Downs1@robins.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- TCTO Kit (MAU-12 Conversion Kit) Solicitation FA8520-04-R-40682. Anticipated solicitation issue date will be 10 Sep 2004 2003 and anticipated response date will be 30 days thereafter, e.g. 12 Oct 2004. National Stock Number (NSN): Item 0001 NSN 1095-K1110624A P/N: 9436121-12 Dim: 16? x 12? x 2?, function: To increase mean time between maintenance. Mat: Steel. Applicable to: MAU-12 Bomb Rack, F-16 Aircraft Insurance Policy Procedures apply. (See below) Alt 1 ? Bid/Proposal A ? First Article Required Item 0001AA ? First Article ? 2 EA Item 0001AB ? Production Articles - 201 each Alt 1 - Bid/Proposal B ? First Article not required ? Item 0001AC ? Production Articles ? 202 each Alt 2 ? Insurance Policy ? Bid/Proposal C ? First Article Required Item 0002 ? Same as item 0001 Item 0002AA ? First Article ? 2 EA Item 0002AB ? Production Option ? 22 EA Alt 2 - Bid/Proposal D ? First Article not required Item 0002AC ? Mission Essential Quantity (MEQ) - 180 each Item 0002AD ? Production Option ? 22 EA The following outyear options will be applicable to Bid/Proposals A, B, C or D above: Item 1001 ? First Outyear Option ? 1-50 each Item 2001 ? Second Outyear Option ? 1-50 each Insurance policy procedures apply, as set forth below. The Mission Essential Quantity (MEQ) and production quantities or options will be as set forth above or as listed in the solicitation. Unit of issue is each. Destination is unknown and will be furnished at a later date. Delivery schedule is anticipated to be Jan - May 2005 or as specified in the solicitation. Electronic procedure will be used for this solicitation and solicitation will be posted at this website on or about the date set forth above or as amended. The anticipated award date is 15 Oct 2004. Notes 1, 22 and 26 apply. INSURANCE BUY This acquisition will be processed in accordance with AFMC FAR Sup 5352.217-9018 (Mission Essential Quantity): If a proven source is not the low offeror, the basic quantity may be split into a First Article quantity, for award to the low unproven offeror, and a Minimum Essential Quantity, for award to the proven source, with the balance of the requirement established as options in both contracts. 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. 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). All responsible sources may submit a bid, proposal, or quotation. PAPER COPIES OF THE SOLICITATION WILL NOT BE FURNISHED. The electronic solicitation will be available for download in Microsoft Word format with attachments in Adobe Acrobat *.pdf format and/or other formats. If you do not have viewers for these programs, free viewers are available at http://pkec.robins.af.mil/viewer.htm.
- Record
- SN00655515-W 20040828/040827094313 (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 |