SOLICITATION NOTICE
16 -- TER-9A Bomb Ejector Rack
- Notice Date
- 4/23/2008
- Notice Type
- Modification/Amendment
- 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, UNITED STATES
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8520-07-R-11581
- Point of Contact
- William (Bill) H Downs,, Phone: (478) 926-9264, Garett R. Nelson, Phone: (478) 327-4303
- E-Mail Address
-
bill.downs1@robins.af.mil, Garett.Nelson@robins.af.mil
- Description
- This announcement is to notify all interested parties that the Warner Robins Air Logistics Center (ALC), Robins AFB, GA, intends to issue a Request for Proposals (RFP) to procure the TER-9A-801A Bomb Ejector Rack, NSN 1095-01-528-5082, with HGII, IR (Pacer Gem) coating, applicable to the F-16 aircraft. The anticipated contract type is an Indefinite Delivery, modified Requirements instrument with provisions for Firm Fixed Price delivery orders. This acquisition will be conducted in accordance with the procedures at AFMC FAR supplement 5317.7590, AFMC Instruction 23-102 Insurance Policy, and AFMC FAR supplement 5352.217-9018 Mission Essential Quantity (MEQ). The period of performance will be ten (10) years, consisting of a basic MEQ, two 12-month MEQ options, a 12-month production option, and six out year options. The required delivery schedule is 14 months after receipt of order (ARO). Specifications and drawings will be provided by the Government. Transportation will be F.O.B. origin, and inspection/acceptance will be F.O.B. origin. Shipping destinations will be provided in each individual order. Proposals received in response to the solicitation will be evaluated utilizing a Performance-Price Tradeoff, as described in the RFP. The approximate award date is 11 April 2008. All responsible sources capable of satisfying the Government?s requirement may submit a proposal in response to the RFP for consideration. This synopsis is not to be construed as a commitment by the Government, or as a Request for Proposals. Technical data required to respond to the solicitation will be available from FedTeDS (https://www.fedteds.gov ). The only proven source for the TER9A-801A is Marvin Engineering Co., Inc., 260 W Beach Ave, Inglewood, CA, 90302. Small Business, Cage Code 32067. If the low offeror is an unproven source, then the Insurance Policy MEQ will be awarded to the proven source, Marvin Engineering Co. under the authority of 10 U.S.C. 2304(c)(1), the property or services needed by the agency are available from only one responsible source or only from a limited number of responsible sources and no other type of property or services will satisfy the needs of the agency. Item Description: NSN: 1095015285082GG; Part Number: 93104917-801A; Approximate Size/Dimension: Height: 16 inches, Width: 15 inches, Depth: 95 inches, Pounds: 145 Lbs. Form/Function: The triple ejector rack (TER) provides for the suspension, sway bracing, sensing, arming, release and ejection of stores. Predominant Material of Manufacture: Aluminum. Noun: RACK, BOMB, AIRCRAFT. NHA: F-16. Tech Order: 11B29-3-35-2-2 The estimated MEQ, First Article, and Option Quantities are as follows. First Article, 1 each, for the end item QTY 1095-01-528-5082TER9A-801A1 Basic period MEQ. QTY 1095-01-528-5082TER9A-801A120 Option period 1 MEQ. QTY 1095-01-528-5082TER9A-801A75 Option period 2 MEQ. QTY 1095-01-528-5082TER9A-801A100 Production Option. Best Estimated Qty 1095-01-528-5082TER9A-801A100 Out Year Option 1. Best Estimated Qty 1095-01-528-5082TER9A-801A90 Out Year Option 2. Best Estimated Qty 1095-01-528-5082TER9A-801A90 Out Year Option 3. Best Estimated Qty 1095-01-528-5082TER9A-801A75 Out Year Option 4. Best Estimated Qty 1095-01-528-5082TER9A-801A75 Out Year Option 5. Best Estimated Qty 1095-01-528-5082TER9A-801A50 Out Year Option 6. Best Estimated Qty 1095-01-528-5082TER9A-801A50 An Ombudsman has been appointed to address concerns from offerors or potential offerors during the proposal development phase of this acquisition. The Ombudsman does not diminish the authority of the contracting officer, but communicates contractor concerns, issues, disagreements, and recommendations to the appropriate Government personnel. When requested, the Ombudsman shall 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, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). If resolution cannot be made by the contracting officer, interested parties are invited to call the WR Air Logistics Center Ombudsman, Mr. Alan Mathis, WRALC/XP, at (478) 926-2183. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS, VERIFY OFFER DUE DATE, OR CLARIFY TECHNICAL REQUIREMENTS. Such inquiries shall be directed to the Contracting Officer. Numbered Notes 8, 22, & 26 apply to this acquisition. Note 22 applies only to the Insurance Policy MEQ, if needed.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d5463bd4116bea27c81fb1c9b2d35671&tab=core&_cview=1)
- Record
- SN01559869-W 20080425/080423220510-d5463bd4116bea27c81fb1c9b2d35671 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |