|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 4,1999 PSA#2360WR-ALC/LYK, 380 2nd St Ste 104, Robins Air Force Base GA 31098-1638 J -- F-15 RADAR AVIONICS DEPOT TEST STATION (RADTS) SOL
F09603-99-R-82994 POC Franklin Holland, 912-926-7430 (fax 912-926-7530)
WEB: Click here to download a copy of the RFP and other,
http://pkec.robins.af.mil. E-MAIL: Click here to contact the
Contracting Officer by e-mail., fholland@pk.robins.af.mil. The purpose
of this acquisition is to acquire an affordable and supportable
automatic/semi-automatic test capability for selected
modules/subassemblies in the F-15 APG-63 and APG-70 Radar. The
capability will consist of a fully integrated hardware/software
solution. This test capability is currently provided by six F-15
UG2600MM01 IF-Video/Microwave Avionics Depot Test Stations (IFVM) and
three F-15 AN/APM-467 Radar Module Test Sets (RMTS). The IFVM and RMTS
utilize approximately 36 Test Program Sets (TPSs) for the repair of 73
shop replaceable units. The acquisition is anticipated to be a
five-year contract. A Statement of Objectives (SOO) and performance
specification will be used to express the Government's requirement. The
WR-ALC Directorate of Contracting Acquisition Opportunities Home Page
at http://pkec.robins.af.mil will be used to furnish information to
interested parties during this procurement. At the Acquisition
Opportunities Home Page, click on the link "View Current Requests for
Proposals". From this page, click on the link "Requests for Proposals
-- Competitive". On the resulting page, click on the link for RFP
F09603-99-R-82994. This acquisition will be designated as "F-15 RADTS".
Interested offerors are encouraged to review this site regularly for
updates beginning 10 June 99. The approximate issue date of the RFP
will be 01 July 99; paper copies of the solicitation will not be
released. All responsible sources may submit a proposal which shall be
considered. A security clearance (SECRET) will be required of all
offerors. All potential offerors should contact the Contracting Officer
identified above for additional information and/or to communicate
concerns, if any, regarding this acquisition. If your concerns are not
satisfied by the Contracting 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 contracing officer, but to
communicateserious 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. 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 to obtain
portions of the solicitation that are subject to export control. To
request this certification, write to the Commander, Defense Logistics
Services Center, Attn: DLSC-FEB, Federal Center, Battlecreek MI
49017-3084 and request a copy of Department of Defense Form 2345 or
call DLSC at the above number. The extent of foreign participation has
not yet been determined. MOU country sources must contact the
Contracting Officer within 15 days 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 synopsis contradicts other restrictions, identified in the
synopsis notice or solicitation, regarding eligible sources. SEE NOTES
1, 8, 9, and 12. SIC Code 3825 applies. Posted 06/02/99 (W-SN338180).
(0153) Loren Data Corp. http://www.ld.com (SYN# 0045 19990604\J-0007.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|