|
COMMERCE BUSINESS DAILY ISSUE OF JULY 15,1999 PSA#2388WR-ALC/PKXOA, 235 BYRON ST, ROBINS AIR FORCE BASE GA 31098-1611 59 -- PROTECTIVE COVER SOL F09603-99-Q-41637 DUE 080999 POC For copy,
MAIL TO ABOVE ADDRESS include mfg code, For additional information
contact Denise Pollard/Lkkb/[912]926-0866 Item 0001 NSN
5935-01-411-6300 P/N: 654446-5, Func: Used to protect the AIM-120
Umbilical Connector. Matl: Aluminum alloy and steel. Dim: Approx 1.5 "
x. 885" thick. FIRST ARTICLES. 1637ea. Opt 01 150 ea, Opt 02 150 ea
Applicable to: Lau128a/129a. Destn: Robins Air Force Base Ga
31098-1611. Delivery:31 Mar 2000 1637 ea Alternate delivery quantities:
Alt A Item 0002 NSN 5935-01-411-6300 Protective Cover P/N: 654446-5,
Func: Used to protect the AIM-120 Umbilical Connector. Matl: Aluminum
alloy and steel. Dim: Approx 1.5 " x. 885" thick. FIRST ARTICLES. 10ea.
Applicable to: Lau128a/129a. Destn: Robins Air Force Base Ga
31098-1611. Delivery:31 Mar 2000 10 ea Item 0003 data, 1 lot You may
access this solicitation at our web site at http://pkec.robins.af.mil.
The approximate issue/response date will be 09 JUL 1999. The
anticipated award date will be 17 Sep 1999. Electronic procedure will
be used for this solicitation. See our Web page. First article test
required. The proposed contract action is for suppliesand 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. 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 notsatisfied 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 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 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 concern. SYNEND This acquisition
will be processed in accordance with AFMC FAR Sup 5352.217-9018
(Mission Essential Quantity): If a proven source is not the low
offeror, the basic quantity may be split into a First Article quantity,
for award to the low unproven offeror, and a Minimum Essential
Quantity, for award to the proven source, with the balance of the
requirement established as options in both contracts. Authority 10
U.S.C. 2304(c)(1), "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" may
apply. Numbered Note 22 applies only to the quantity identified as the
mission essential quantity in the solicitation. 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) Note 26 applies. !! Posted
07/13/99 (I-SN353159). (0194) Loren Data Corp. http://www.ld.com (SYN# 0330 19990715\59-0015.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|