SOLICITATION NOTICE
58 -- Repair and Repair/Modification of assets applicable to the AN/AAR 47 Missile Warning System
- Notice Date
- 11/9/2011
- 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
- FA8522-10-R-23004
- Point of Contact
- Barbara D Odom, Phone: (478) 926-7083, SHANNON GONZALEZ, Phone: 478-926-2802
- E-Mail Address
-
barbara.odom@robins.af.mil, shannon.gonzalez@us.af.mil
(barbara.odom@robins.af.mil, shannon.gonzalez@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a notice of intent that WR-ALC anticipates issuing a new Requirements contract for the repair and the repair and modification of the following assets applicable to the AN/AAR 47 Missile Warning System: Processor Countermeasure, NSN: 5865-01-495-3646EW, Part Number: 3313-AS-300-5 ; Best Estimated Quantity (BEQ) 60 Each ; Repeater, NSN: 5821-01-496-2115EW, Part Number: 3003596 ; BEQ 3 Each ; Flight Line Test Set, NSN: 4920-01-562-9156EW, Part Number: 3007255, BEQ 15 Each ; Repeater, Input NSN: 5821-01-390-4794EW, Input Part Number: 2643008, Output NSN: 5821-01-496-2115EW, Output Part Number: 3003596, BEQ 2 Each ; Flight Line Test Set, Input NSN: 4920-01-419-3264EW, Input Part Number: 2643382, Output NSN: 4920-01-562-9156EW, Output Part Number: 3007255, BEQ 16 Each ; Processor, Input NSN: 7025-01-414-6118EW, Input Part Number: 3313-AS-300-2, Input NSN: 7025-01-434-8105EW, Input Part Number: 3313-AS-300-3, Input NSN: 7025-01-463-8057EW, Input Part Number: 3313-AS-300-4, Output NSN: 5865-01-495-3646EW, Output Part Number: 3313-AS-300-5 ; BEQ 28 Each ; System Test Set, NSN: 4920-01-419-3262, Part Number: 2643464 ; BEQ 4 Each. Repair Data (1 LO) will also be required. Condemnations/BER may occur for each NSN. Repair contract will be for one (1) basic year with four (4) out year annual options, for a total duration of 5 years assuming all options are exercised, and will be Firm Fixed Price (FFP). The BEQs listed above represent the basic year's anticipated quantities. The quantities for the out years vary for each NSN for each annual option period. Input NSN -3646 BEQ ranges from 88 EA - 95EA; input NSN -2115 is estimated at a BEQ of 3 EA each annual period; Input NSN -3264 BEQ ranges from 2 - 16 EA; Input NSN -3262 is estimated at a BEQ of 4 EA each annual period; Input NSN -9156 is estimated at a BEQ of 15 EA each annual period; and Input NSN -4794 is estimated at a BEQ of 2 EA each annual period. Anticipated Destination Information: SW3119 (Robins AFB, GA). Delivery schedule is particular to each NSN; estimated anywhere from 60-180 calendar days ARO funded order and receipt of repairables, depending upon the NSN. The place of performance will be the contractor's facility. The proposed contract action is for the acquisition of services for which the Government intends to solicit and negotiate with only one source, ALLIANT TECHSYSTEMS INC; Cage Code: 06424, in accordance with FAR 6.302, due to the data needed to complete contract repair is not physically available, it cannot be economically obtained, the Government does not own the data or the rights to the data needed to contract repair these parts from additional sources, and it is uneconomic to reverse engineer the parts. Interested parties may identify their interest and capability to respond to the requirement or submit 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 which shall be considered by the government agency. 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. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All potential offerors should contract the buyer/PCO identified below for additional information and /or to communicate concerns, if any, concerning this acquisition.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8522-10-R-23004/listing.html)
- Place of Performance
- Address: Contractor's facility, United States
- Record
- SN02620871-W 20111111/111109234824-bc34c859d88944ce08784dc8912904f8 (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 |