|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 26,1998 PSA#2125WR-ALC/PKXOA, 235 BYRON ST, ROBINS AIR FORCE BASE GA 31098-1611 R -- AIR FORCE QRC SUPPORT CENTER SOL F09603-98-R-52471 DUE 081398 POC
For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
information contact Carl Patterson/Lnkc/[912]926-7001 Services and
supplies necessary to support fielded Quick Reaction Capability (QRC)
systems. Required supplies/services include: (1) storeroom operation
services to store, receive, record, maintain, and issue spare parts;
(2) material acquisition for storeroom operations, repair, and
services; (3) repair of prime systems, components, and support
equipment; and (4) design and sustaining engineering support of system
hardware and software. Current covered QRC systems are QRC 84-05 RWR,
QRC- 84-02A IRCM, QRC 81-01 IRCM, Ten High IRCM, AN/ALQ-196 Jammer,
WJ-1740 Receiver, QRC-259 Receiver, USM-642, AN/ALQ-188/188A/188B ECM
Pod, AN/DLQ-8 ECM Pod, AETS, AN/GLM-10, AN/ALQ-71 ECM Pod, AN/ALQ-72,
AN/DLQ-3, and the QRC 95-01 (Note: This is a moving program system
baseline). Period of performance 01 Fed 98 through 31 Jan 09 (Basic
9-12 months plus 9 annual FAX# 912-926-7543 Classified The approximate
issue/response date will be 14 Jul 98. To: Northrop Grumman Corp,
Rolling Meadows Il 60008-1098. 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. Security clearance will
be required of all bidders offerors. Specifications, plans, or drawings
relating to the procurement described are incomplete or not available
and cannot be furnished by the Government. All potential offerors
should contact the buyer/PCO identified above for additional
information and/or to communicate concerns, if any, concerning this
acquisition. If your concerns are not satisfied by the contacting
officer, an Ombudsman has been appointed to hear serious concerns that
are not resolved through established channels. The purpose of the
Ombudsman is not to diminish the authority of the program director or
contracting officer, but communicate serious contractor concerns,
issues, disagreements, and recommendations to theappropriate 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 in the source selection
process. When appropriate, potential offerors may contact Ombudsman
James Grant, Chief, Contract Policy Division, at 912-926-2604. Please
be prepared to identify previous contacts made by you in an attempt to
resolve your concerns. This acquisition may/does involve technology
that has a military or space application. The only US contractors who
may participate are those that are certified and registered with DLSC
(1-800-352-3572) and have a legitimate business purpose. US contractors
must submit a copy of their current, approved DD Form 2345 with their
request for solicitation. To request this certification, write to the
Commander, Defense Logistics Services Center, ATTN: DLSC-FEB, Federal
Center, Battle Creek MI 49017- 3084 and request a copy of Department of
Defense Form 2345 or call DLSC at the above number. The
solicitation/data package will be mailed to the data custodian
identified in block 3 of the DD Form 2345. The extent of foreign
participation has not yet been determined. MOU country sources must
contact the Contracting Officer within 15 calendar days of the date of
this synopsis notice to receive a copy of the solicitation at the time
it is initially issued. Issuance of the RFP will not be delayed to
review requests from MOU country sources received after 15 days or from
non-MOU country sources. Nothing in this notice contradicts other
restrictions, identified in the synopsis notice or solicitation,
regarding eligible sources (e.g., if this is a small-business
set-aside, foreign sources may not participate as potential prime
contractors but could, if otherwise eligible, participate as
subcontractors). See Note (s) 26. Posted 06/24/98 (0175) Loren Data Corp. http://www.ld.com (SYN# 0087 19980626\R-0014.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|