SOLICITATION NOTICE
58 -- Repair of LRUs applicable to the Large Aircraft Infrared Countermeasures System (LAIRCM)
- Notice Date
- 6/15/2011
- Notice Type
- Presolicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8536-11-R-30055
- Point of Contact
- Sharon C Broughton, Phone: (478) 327-3614
- E-Mail Address
-
sharon.broughton@robins.af.mil
(sharon.broughton@robins.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a pre-solicitation notice. Anticipated release of the RFP is June 2011. The 408 SCMS/GULC has a requirement for the AAQ-24 (V) system. This effort consolidates repair requirements into a single, long-term vehicle in order to provide significantly improved delivery times and lower total cost to the Government. The Government intends to award a five year, Requirements contract with best estimated quantities (BEQs). The RFP and resultant contract will be structured with one Basic contract period of 12 months and four (4) annual ordering periods (or options) and will be sole source to Northrop Grumman Corporation. The RFP will contain several CLINS for repair LRUs as well as CLINS for Program Support (Core), Travel, Over and Above and Data. Delivery requirements for each LRU shall be variable-30 days TAT, 60 days TAT, 90 days TAT-based on the LRU. FAR 15 procedures will be utilized. Solicitation will be available for viewing or downloading from www.FedBizOpps.gov website only. NO HARD COPIES WILL BE ISSUED. Restricted to: Northrop Grumman Corporation, Authority: 10 U.S.C. 2304 (C) (1) or FAR 6.302 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. All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. 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 thirty days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. It is suggested that firms interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Foreign participation at the prime contractor level is not permitted. All questions regarding the RFP must be submitted in writing to Sharon.Broughton@robins.af.mil. NO TELPHONIC QUESTIONS. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check the FEDBIZOPS site prior to submission of their proposal. This notification should contain Company Name, Address, Point of Contact, CAGE, Size of Business pursuant to North American Industry Classification System *NAICS). For assistance interpreting the FBO announcement s, please see the FOB Vendor's Guide. The Government's requirements are as referenced below. The best estimated quantities (BEQs) referenced below are listed by ordering period(Basic, Ordering Period II, Ordering Period III, Ordering Period IV, and Ordering Period V)-respectively. REPAIR CLINS BEQs: 249 229 220 220 221 IN: 5865-01-518-2311EW, 001-007915A0201, SLTA (Lampless) IN: 5865-01-506-3285EW, 001-007915A0101 SLTA (Lamp)001-007915A0102,001-007915A0103 IN: 5865-01-535-8141EW, 001-007915A0351, SLTA (Autoboresight/Lamp) IN: 5865-01-535-8659EW, 001-007915A0301 SLTA (Autoboresight/Lampless) OUT: 5865-01-535-8659EW 001-007915A0301 SLTA (Autoboresight/Lampless) 5865-01-538-4648EW, 001-008065A0401 GLTA (Non P3I)OR001-008065-0401 GLTA (Non P3I) BEQs: 21 18 15 15 15 5865-01-579-6300EW 001-008065A0402 GLTA (P3I)- BEQs: 311 358 394 400 403 Non-Stock-Listed: 001-008065H0402 GLTA C-40 (P3I) -BEQs: 5 5 5 5 5 5865-01-435-9339EW, 001-007678-103 or 001-007678-001, CIU- BEQs: 167 170 175 176 177 IN: 5865-01-515-3488EW, 001-007671-008, MWS- BEQs: 100 98 101 102 104 IN: 5865-01-536-1792EW, 001-007671-009,MWS OUT: 5865-01-536-1792EW,001-007671-009 MWS 5865-01-435-9326EW, 001-007671-007 or 001-007671-001, MWS- BEQs: 9 9 9 9 11 5865-01-591-7146EW, 001-007671-013, MWS- BEQs: 10 10 10 10 11 5865-01-570-8390EW, 001-007722-3061, Processor- BEQs: 87 87 90 90 92 5865-01-435-9337EW, 001-007722-708 or 001-007722-301, Processor -BEQs: 12 12 12 12 12 5865-01-535-6671EW, 001-007722-1102, Processor- BEQs: 4 5 5 5 6 5865-01-435-9323EW, 001-007676-106, or 001-007676-001, BEQs: 4 3 3 3 3 5865-01-476-1460EW, 001-007674B0501, Transmitter- BEQs: 65 60 54 50 51 6130-01-435-8990EW, 001-007679-102, Power Supply- BEQs: 18 15 15 15 15 NAVY 5865-01-538-4648EW, 001-008065A0401, GLTA- BEQs: 32 56 56 56 57 5865-01-435-9339EW, 001-007678-103, CIU -BEQs: 81 139 139 139 139 NSL, 001-008087-005, MWS- (Navy Specific) BEQs: 161 278 278 278 279 NSL,001-007722-2101, Processor- (Navy Specific) BEQs: 41 70 70 70 70 CANADA 5865-01-535-8659EW, 001-007915A0301, SLTA -BEQs: 5 8 8 8 7 5865-01-435-9339EW, 001-007678-103, CIU- BEQs: 2 4 4 4 4 5865-01-536-1792EW, 001-007671-009, MWS- BEQs: 3 6 6 6 7 5865-01-578-8057BA 001-007722-3041, PROCESSOR- BEQs: 3 6 6 6 7 OTHER FEDERAL AGENCIES 5865-01-535-8659EW, 001-007915A0301, SLTA- BEQs: 4 4 4 4 4 5865-01-579-6300EW, 001-008065A0402, GLTA (P3I)- BEQs: 5 11 22 30 32 NSL, 001-008065H0402, GLTA (P3I)- BEQs: 2 3 4 4 4 5865-01-435-9339EW, 001-007678-103 or 001-007678-001 CIU- BEQs - 7 10 14 16 16 5865-01-536-1792EW, 001-007671-009, MWS - BEQs: 7 9 11 12 14 5865-01-570-8390EW, 001-007722-3061, Processor- BEQs: 6 9 11 12 14 5865-01-535-6671EW, 001-007722-1102, Processor - BEQs: 4 4 4 3 1 OTHER CLINS The RFP will also contain (5) 12 month ordering periods worth of support for the following: Program Support, Travel, Over and Above and Data
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8536-11-R-30055/listing.html)
- Place of Performance
- Address: Norhrop Grumman Systems, DBA Warner Robins Regional Support Center, 101 Industrial Park Blvd, Warner Robins, Georgia, 31088, United States
- Zip Code: 31088
- Zip Code: 31088
- Record
- SN02473288-W 20110617/110615234625-5c0bc1f0abdddc7332980992c81030a3 (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 |