SOLICITATION NOTICE
J -- ALQ-131, ALQ-172, and ALQ-161 Electron Tubes
- Notice Date
- 11/19/2020 11:15:53 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- FA8522 AFSC PZABB ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- FA8522-20-R-0005
- Response Due
- 1/3/2021 1:00:00 PM
- Archive Date
- 01/18/2021
- Point of Contact
- Jane Schoch, Phone: 4789262329, Michael Shelley, Phone: 4789267148
- E-Mail Address
-
jane.schoch@us.af.mil, michael.shelley.1@us.af.mil
(jane.schoch@us.af.mil, michael.shelley.1@us.af.mil)
- Description
- This requirement is for a Firm-Fixed-Price, Indefinite Delivery contract with one(1) basic year and 4-(1) year options for the ALQ-172 Repair of Electron Tubes/Traveling Wave Tubes; NSN: 5960-00-007-7071EW; Part Number 2612353, 2 each, NSN: 5060-01-504-3415EW; Part Number VTR5115A1-1, 34 each, and NSN: 5960-01-021-0657EW; Part Number VTR5115A1, 24 each. The Basic is for a total quantity of 60 electron/traveling wave tubes. The 4-(1) year Options are for a quantity of 58 each (Option Year I), 60 each (Option Year II), 60 each (Option Year III), and 60 each (Option Year IV). The electron/traveling tubes are used in the ALQ-172 Countermeasures System, which is the primary Radio Frequency Electronic Warfare system installed on the B-52H strategic bombers, MC-130H Combat Talon II transports and AC-130U gunships. The offeror shall prepare their proposal in accordance with mandatory, explicit and detailed instructions contained in the RFP. The government does not own the technical drawings required to produce/repair these components.� The government intends to solicit and negotiate with Other Than Full and Open Competition as prescribed by FAR 6.302-1(a) (2). There is only one responsible source, CPI, Computer and Power Industries, CAGE CODE 0MH33, that can fulfill this acquisition for these NSNs as stated above since they are the only vendor that has the proprietary technical data to support this effort. We anticipate the release of the RFP on or around 04 December 2020 with an estimated response date of 03 January 2021. The RFP and all attachments will be posted to the Federal Business Opportunities webpage (http://www.fbo.gov/). If you have questions or concerns related to this acquisition, contact the Contracting Specialist at email jane.schoch@us.af.mil or the Contracting Officer at email michael.shelley.1@us.af.mil.�� NOTES: 1. Hard copies of the solicitation will not be provided. You may, however, download and print the file from the website http://www.fedbizopps.gov. 2. There is no fee for this solicitation. 3. Include live working copy of the proposal in Excel format. 4. Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with these contractors. 5. If the proposal cost/price exceeds the TINA threshold ($2,000,000.00), contractors must submit certified cost or pricing data.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/91fb41c3a85d463c890503c2cc42d905/view)
- Place of Performance
- Address: Warner Robins, GA 31098, USA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN05856834-F 20201121/201119230224 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |