|
COMMERCE BUSINESS DAILY ISSUE OF JULY 29,1999 PSA#2398WR-ALC/PKXOA, 235 BYRON ST, ROBINS AIR FORCE BASE GA 31098-1611 J -- REPAIR OF AN/ALQ-172 COMPONENTS SOL F09603-99-R-51949 DUE 091699
POC For copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
information contact Wilma J. Felton/Lnkb/[912]926-5984 THIS PURCHASE
REQUEST IS TO ESTABLISH A FIRM FIXED PRICE REQUIREMENTS TYPE CONTRACT
TO REPAIR COMPONENTS OF THE AN/ALQ-172 SYSTEM. THE FOLLOWING ITEMS AND
"BEQ" (BEST ESTIMATED QUANTITIES) ARE INCLUDED: 5865-01-268- 2863EW,
ACU ASSEMBLY, P/N: 0198078-1, 4 EACH; 5985-01-256-4284EW, RF SWITCH,
P/N: 0085001-8, 4 EACH; 5895-01-267-7705EW, FREQUENCY CONVERTER (DOWN),
P/N: 0498036-1, 34 EACH; 5895-01-267-7728EW, (8A40) ELECTRICAL LIMITER
(BIT), P/N: 0036002-1 OR 0498037-1, 32 EACH; 5915-01-267-7199EW, PHASE
SHIFTER, P/N: 0198090-1, 12 EACH; 5998-01-307-5231EW, MOTHERBOARD, P/N:
71128-306-02, 2 EACH; 5985-01-224-1116EW, (8A31) CCA, P/N: 0198035-1,
2 EACH; 5985-01-224-9016EW, (8A32) CCA, P/N: 0198055-1, 2 EACH;
5985-01- 344-9278EW, (7A37) RF BIT AMPLIFIER, P/N: 0198080-1, 2 EACH;
5985-01-244- 1115EW, (9A6/9A7) CCA, P/N: 0198006-1, 1 EACH. SEVERAL
DATA ITEMS ARE ALSO REQUIRED. THIS REQUIREMENT INCLUDES A BASIC YEAR OF
REPAIR SERVICES, FOUR (4) 1-YEAR ANNUAL OPTIONS, AND A 120-DAY
EXTENSION OF THE REPAIR SERVICES. FAX # 912-926-7572 CLASSIFIED The
approximate issue/response date will be 17 AUG 1999. Electronic
procedure will be used for this solicitation. See our Web page. To:
Raytheon Co, Goleta Ca 93117-0000. 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 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
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 07/27/99
(I-SN359581). (0208) Loren Data Corp. http://www.ld.com (SYN# 0074 19990729\J-0018.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|