SOLICITATION NOTICE
R -- Viper Memory Loader/Verifier Support Equipment Sustainment
- Notice Date
- 1/18/2017
- Notice Type
- Presolicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8533-17-R-30007
- Archive Date
- 2/17/2017
- Point of Contact
- Beckie G King,
- E-Mail Address
-
beckie.king@us.af.mil
(beckie.king@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- System sustainment activities to be provided to United States Air Force (USAF), Foreign Military Sales (FMS), and Multinational Fighter Program (MNFP) F-16 fighter programs. These activities are required to support existing Viper Memory Loader/Verifier (MLV) support equipment. These activities will include the production, software maintenance and development, modifications, and technical/engineering/contractor services for the operational use of fielded Viper MLV support equipment. These activities are to be provided by the Contractor. (Note: This is a requirements contract. All specific Contractor requirements shall be identified/authorized in individual Delivery Orders.) Eng Technical Support Software Development/Maintenance Procurement NSN: 4920-01-648-4534WF Travel Period of Performance: one twelve month basic, one twelve month options, and one six month option Resultant contract may include FAR clause 52.225-3, Buy American-Free trade agrements Sole Source Award is anticipated to BAE - 65 Spit Brook Rd, Nashua, NH 030606, Cage: 94117, and all responsible sources may submit a capability statement proposal, or quotation,which shall be considered by the agency. Sole Source is based on 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1, One One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8533-17-R-30007/listing.html)
- Place of Performance
- Address: Performance of this contract shall be at the Contractor’s facility. Performance at any other location requires written concurrent from the Responsible Engineering Section and the Government Logistics Management Specialist (LMS). Approval is required five days prior to travel by the PCO. Limited or full qualification may be required for performance at a location different than that prescribed in the contract., United States
- Record
- SN04373903-W 20170120/170118234245-ae5dfb04093ea8b137f26c9db52493be (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 |