|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 12,1997 PSA#1781Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air
Force Base, Ut 84056-5825 13 -- CANOPY REMOVE CART SOL F42630-97-R-20706 DUE 040197 POC For
copy, PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional
information contact Genee Ringel/Likm/[801]775-2093 Item 0001 NSN
1377-00-138-2871ES P/N: 2297800-1, The Government intends to establish
a joint AF/Navy requirements type basic contract with options for 2
years. Acft eject sys (life support) ballistic device. Predom material
aluminum with explosive charge of 0.0303 lb. length 3.5 in, width 1.97
in., and is propagation initiated. 2nd year option 30 each. Third year
option 45 each. Delivery: 10 months ARO. Destn: Will be set forth on
each order issued hereunder. 1ea. Applicable to: F-15 A&C. Item 0002
NSN 1377-01-394-1227ES Tow Severance Assy P/N: 5120100, The main
components of the severance assembly, are the housing, cap, blade,
shear pin, closure disc, initiator, cartridge housing, retainer and
electrical cable composed of two twisted wires, and external braid,
backshell and connector. Stainless steel housing, 2. 605 x 3. 00 x 4.
145 port for GRG cable assy welded closure disc at other covering
blade. Painted flat black, 4 mounting holes 10' elect cable w/2 pin
connector. Delivery: 10 months ARO. Destn: Will be set forth on each
order issued hereunder. 32ea. Applicable to: C-17. Item 0003 NSN
1377-01-104-3091 Cartridge Actuated Thruster P/N: 2245100-2, Acft
ejection sys (life support) ballistic device. Predominant material
steel, length 6.650 inches, used on the S-3B acft. Used to force the
incos tray in an upward position, providing a clear ejection path
during escape. 2nd option year 133 each. 3rd option year 67 each.
Delivery: 10 months ARO. Destn: Will be set forth on each order issued
hereunder. 69ea. The approximate issue/response date will be 28 Feb
97. To: Oea Aerospace Inc, Fairfield Ca 94533-0659. No telephone
requests. Only written or faxed requests received directly from the
requestor are acceptable. All responsible sources solicited may submit
a bid, proposal, or quotation which shall be considered. Authority: 10
U.S.C. 2304(C)(1), Justification: 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 proposed contract action is for supplies and services
for which the Government intends to solicit and negotiate with only
one, or a limited number of sources under the authority of FAR 6.302.
Interested persons may identify their interest and capability to
respond to the requirement or submit proposals. This notice of intent
is not a request for competitive proposals. However, all proposals
received within forty-five days (thirty days if award is issued under
an existing basic ordering agreement) after date of publication of this
synopsis will be considered by the Government. A Determination by the
Government not to compete this proposed contract based upon responses
to this notice is solely within the discretion of the Government.
Information received will normally be considered solely for the purpose
of determining whether to conduct a competitive procurement. It is
suggested that small business firms or others interested in
subcontracting opportunities in connection with the described
procurement make contact with the firm(s) listed. Specifications,
plans, or drawings relating to the procurement described are incomplete
or not available and cannot be furnished by the Government. Request for
copies of solicitations must reference the entire solicitation number,
including purchasing office identification number. To expedite your
request, limit the number of individual solicitation numbers requested
per letter to not more than 10. Don't request information on this
requirement until after the issue date. An Ombudsman has been appointed
to hear concerns from offerors or potential offerors during the
proposal development phase of this acquisition. The purpose of the
Ombudsman is not to diminish the authority of the program director or
contracting officer, but to communicate contractor, concerns, issues,
disagreements, and recommendations to the appropriate government
personnel. When requested, the Ombudsman will 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. Interested parties are invited to call Jack S. Jones if your
concerns are not satisfied by the contracting officer (801)777-6991.
See Note (s) 26. (0039) Loren Data Corp. http://www.ld.com (SYN# 0165 19970212\13-0001.SOL)
13 - Ammunition and Explosives Index Page
|
|