|
COMMERCE BUSINESS DAILY ISSUE OF JULY 5,1995 PSA#1381Sa-Alc/Propulsion Directorate, 485 Quentin Roosevelt Road, Kelly Afb,
Texas 78241-6427 J -- REPAIR OF UNIFIED FUEL CONTROL/F100 SOL F41608-95-R-43286 DUE
081895 POC For copy, Fax request to LPKAE at (210)925-8780, For
additional information contact Borrego, R./lpkaf/210-925-7263 USAF will
issue RFP for a proposed contract to repair & upgrade UNIFIED FUEL
CONTROL of F100 Turbofan Engine series of F-15 & F-16 acft. Contractor
shall furnish all labor, parts, tools, test equipment. (No Government
Furnished Materials or Parts). To be eligible for award a contractor
shall be an approved source IAW Qualification Requirements. An
otherwise successful offeror may be subject to engine testing. This
testing takes 6 months to one year to complete and evaluate. Contract
will be a Firm-Fixed-Price requirements type with One-Year Basic
Ordering Period and 2 One-Year Option Ordering Periods. (Applicable to
all items) Size: 21 inches by 25 inches by 8.75 inches and (Applicable
to all items) weighs 85 pounds, Pred. Matl: Aluminum and Steel,
Function: UFC used to meter fuel and schedule nozzle area for F100
Engine/Enables Engine to maintain controlled power schedule at any
selected power angle. Item 0001 - Input: 2915-01-264-8648PT, P/N:
441545 Output: 2915-01-264-8648PT, P/N: 441545 Item 0002 - Input:
2915-01-203-7229PT, P/N: 441419 Output: 2915-01-203-7229PT, P/N: 441419
Item 0003 - Input: 2915-01-203-7229PT, P/N: 441419 Output:
2915-01-264-8648PT, P/N: 441545 Item 0004 - Input: 2915-01-064-5946PT,
P/N: 441087 Output: 2915-01-064-5946PT, P/N: 441087 Item 0005 - Input:
2915-01-064-5946PT, P/N: 441087 Output: 2915-01-264-8648PT, P/N: 441545
Item 0006 - Input: 2915-01-264-8647PT, P/N: 441547 and 441503 Output:
2915-01-264-8647PT, P/N: 441547 and 441503 Best Estimated Quantity
(BEQ) for the total of all input line items and part numbers for Basic
Year is 59 each. BEQ for the total of all input line items and part
numbers for First Option Year is 74 each. BEQ for the total of all
input line items and part numbers for Second Option Year is 112 each.
Delivery Schedule: 60 days after receipt of order and reparables which
ever is later at the rate of 5 each per month for Basic Year. Rate of
6 each per month for First Option Year. Rate of 9 each per month for
Second Option Year. Qualification requirements: Sources must be
qualified prior to being considered for award. The solicitation will
contain instructions for obtaining further information on this
requirement. The requirements of FAR 9.202(A) have been completed and
copies of the qualification requirements and standards may be obtained
as described in the solicitation. These qualification requirements
apply to line item(s) 0001 Government Furnished Drawings and
Specifications ARE NOT AVAILABLE. The approximate issue/response date
will be 19 Jul 95. To: Allied Signal Inc., South Bend In 46620-0001.
To: Israel Aircraft Industries LTD, Ben Gurion Int'l Airport, Israel.
To: ISHIKAWAJIMA-HARIMA COMPANY LTD, TOKYO, JAPAN. To: PIERBURG
LUFTFAHRTGERAETE GmbH, NEUS, GERMANY. To: Pratt & Whitney Repair
CTR-Europe, MAASTRICH AIRPORT, THE NETHERLANDS. No telephone requests.
Only written or faxed requests received directly from the requestor
are acceptable. All responsible sources may submit a bid, proposal, or
quotation which shall be considered. See Note (s) 23. (0181) Loren Data Corp. http://www.ld.com (SYN# 0063 19950703\J-0001.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|