Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2016 FBO #5381
SOLICITATION NOTICE

J -- Repair of PX153 Controller

Notice Date
8/15/2016
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
FA8119-16-Q-0036
 
Archive Date
12/13/2016
 
Point of Contact
Jeffrey A. Schmidt, Phone: (405) 739-5502
 
E-Mail Address
jeffrey.schmidt.19@us.af.mil
(jeffrey.schmidt.19@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
(1) Action Code: N/A. (2) Date: 15 August (3) Year: 2016 (4) Contracting Office Zip Code: 73145 (5) Product or Service Code: 5895 (6) Contracting Office Address: DEPARTMENT OF THE AIR FORCE (DAF) BLDG 3001 SUITE 1AF1-99A TINKER AFB, OK. 73145 (7) Subject: Synopsis of PX153 Controller (8) Proposed Solicitation Number: FA8119-16-Q-0036 (9) Closing Response Date: Anticipated solicitation issue date: 17 Aug 2016 Anticipated solicitation closing date: 7 Sept 2016 (10) Contact Point or Contracting Officer: SCHMIDT, JEFFREY A Contracting Officer (405) 739-5502 jeffrey.schmidt.19@us.af.mil (11) Contract Award and Solicitation Number: N/A. (12) Contract Award Dollar Amount: N/A. (13) Contract Line Item Numbers: Proposed Line Items Line Item 0001: PX153 Controller (Repair) NSN: 5895-01-592-8999-IM Part number: A32222-000 Description: Metal chassis with internal electronics. PAR transmitter front panel controller. Dimension: 11 inches long X 11.00 inches wide X 5.00 inches high. Weight 5lbs. Quantity: 3 Each Line Item 0002: PX153 Controller (TT&E) NSN: 5895-OA-H16-017B-IM Part number: N/A Description: Test, Teardown, and Evaluation (TT&E) of PX153 Controller Dimension: N/A Quantity: 3 Lot Line Item 0003: Data (Not Separately Priced) NSN: 5895-DT-H16-026A-IM Part number: N/A Description: Data in accordance with Contract Data Requirements List Dimension: N/A Quantity: 1 Lot (14) Contract Award Date: N/A. (15) Contractor: There are two approved sources for the repair of this item; ETM-Electromatic, Inc. and Raytheon Technical Services. (16) Description: (a) National Stock Number (NSN): 5895-01-592-8999-IM (b) Qualification Requirement: N/A. (c) Manufacturer, including part number: The original equipment manufacturer is Raytheon Technical Services. Part number: A32222-000 (d) Size, dimensions, or other form, fit or functional description: 11 inches long X 11.00 inches wide X 5.00 inches high. Weight 5lbs. (e) Predominant material of manufacture: Metal chassis with internal electronics (f) Quantity, including any options for additional quantities: Line Item 0001: Quantity: 3 Line Item 0002: Quantity: 3 Line Item 0003: Quantity: 1 (g) Unit of issue: Line Item 0001: Each Line Item 0002: Lot Line Item 0003: Lot (h) Destination information: FOB: Origin DoDAAC: SW3211 DLA DISTRIBUTION DEPOT OKLAHOMA 3301 F AVE CEN REC BLDG 506 DR 22 Tinker AFB, OK 73145-8000 United States (i) Delivery schedule: To be negotiated. (j) Duration of the contract period: The period of performance (PoP) will begin on the effective day of contract award and end on the day of Government acceptance of the repaired asset and other data deliverables. (k) Sustainable acquisition requirements: N/A. (l) For a proposed contract action in an amount estimated to be greater than $25,000 but not greater than the simplified acquisition threshold - (i) Description of the procedures to be used in awarding the contract: The request for quotation will be written and be posted on the Government-Wide Point of Entry (GPE), currently https://www.fbo.gov. This acquisition will use FAR Part 13, Simplified Acquisition Procedures, and use a Firm-Fixed-Price (FFP) contract type. The results of market research indicate that the potential quoters are willing to accept an FFP contract. (ii) The anticipated award date: 28 Sept 2017. (m) Intended source and insert a statement of the reason justifying the lack of competition: (i) ETM-Electromatic, Inc. 35451 Dumbarton Ct Newark, CA 94560-1100 UNITED STATES CAGE: 8M906 (ii) Raytheon Technical Services 870 Winter St Waltham, MA 02451-1449 UNITED STATES CAGE: 49956 (iii) Raytheon Technical Services 1650 Industrial Blvd Chula Vista, CA 91911-3922 UNITED STATES CAGE: 5D832 (iv) Due to the complexity and criticality of the item and the limited data available for this item, only pre-approved sources meet USAF requirements. These two sources have demonstrated the ability to successfully repair this item. One source is the Raytheon Technical Services and the other source is Electromatic, Incorporated. Only Raytheon Technical Services and Electromatic, Inc. are qualified to repair this item. (n) (i) This requirement can only be performed by the pre-approved sources. This acquisition will follow FAR Part 13 procedures. (ii) Any responsible source may submit a capability statement, proposal, or quotation, which shall be considered by the agency. (o) Technical Data: A technical data package will not be furnished as the Government does not own the technical data for repair of the PX153 Controller. (17) Place of Contract Performance: Contractor's facility (18) Set-aside Status: Two or more small businesses capable of performing this requirement are not available. This requirement is therefore not set aside for small business or any other socioeconomic concerns.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8119-16-Q-0036/listing.html)
 
Place of Performance
Address: Contractor facility., United States
 
Record
SN04223995-W 20160817/160815235146-ef8dd418b1bef4dc3f029cdf34d6d176 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.