SOLICITATION NOTICE
J -- Repair of CPDG/eCPDG - Repair Qualification Requirements
- Notice Date
- 11/15/2016
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8251-17-R-0005
- Archive Date
- 12/15/2016
- Point of Contact
- Stacey Schultz, Phone: 801-777-3753
- E-Mail Address
-
stacey.schultz@us.af.mil
(stacey.schultz@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Repair Qualification Requirements The government anticipates awarding a five year performance-based requirements contract for the repair services of the F16 Color Programmable Display Generator (CPDG)/enhanced Color Programmable Display Generator (eCPDG) in support of the F16 Supply Chain Management Squadron at Hill AFB, UT 84056.. North American Industry Classification Systems (NAICS) Code is 811219 - Other Electronic and Precision Equipment Repair and Maintenance with a Small Business Size Code of $20,5M. The Government intends to award a sole source contract under the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements and 10 USC 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. The Government reserves the right to award no contract at all, depending on the availability of funds. Data rights, manufacturing knowledge, or technical data are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. The Government does not have complete and adequate data, special materials, facilities, tooling, or test equipment which may be required in the performance of the contract. The only known approved responsible source is HONEYWELL NTERNATIONAL INC., CAGE CODE: 5Y043 All responsible sources may submit a capability statement, proposal, or quotation, w hich shall be considered by the agency. Any capability statement will need to demonstrate to the government engineer how the source can repair the eCPDG/CPDG while maintaining the quality of the part that meets or exceeds the government requirements as stated above. Foreign participation is not permitted at the prime contractor level. Duration of Contract Period: Five years after date of award for five ordering periods. Anticipated award date: July/August 2017 An Ombudsman has been appointed to address concerns of offerors or potential offerors. The Ombudsman does not diminish the authority of the program manager or 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. Matters of routine or administrative nature concerning this acquisition should not be addressed to the Ombudsman, but rather to the Contracting points of contact identified above. The Ombudsman is Mr. Kevin Flinders, AFMC OL_H/PZC, Phone: (801) 777-6549, email kevin.flinders@us.af.mil. All current and/or future information about this acquisition, i.e. amendments, performance work statement/specification, Questions and Answers (Q&A's), etc., will be distributed through FBO, therefore, interested parties are responsible for monitoring this site to ensure they have the most-up-to-date information about this solicitation. All offerors wishing to be considered must be currently registered with System for Award Management (SAM) at www.sam.gov. Respondents must specify in its response whether it is a large business, small disadvantaged business, 8(a) concern etc., and also specify if your company is a U.S. or a foreign-owned firm. Electronic procedures will be used for the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8251-17-R-0005 /listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN04328090-W 20161117/161115234314-4f94fa517f72f7484f6d51d2245a797c (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 |