Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29, 2001 PSA #2966
SOLICITATIONS

13 -- TIME DELAY, 1.60 SEC

Notice Date
October 25, 2001
Contracting Office
Department of the Air Force, Air Force Materiel Command, OO-ALC, OO-ALC/PKXD 6038 Aspen Ave (Bldg 1289), Hill AFB, UT, 84056
ZIP Code
84056
Solicitation Number
Reference-Number-FD2020-02-60381
Response Due
December 14, 2001
Point of Contact
Linda Woodall, Procurement Technician, Phone 801-775-2093, Email linda.woodall@hill.af.mil
Description
Item 0001 NSN 1377-01-229-7600ES P/N: 6106600, P/N 816852-11 Ball init. Explosive, net expl. wgh. 0016 lbs. Used to provide output to sequence other actions. 4.00" lg., 1.94" dia, 1.45" height, aluminum. Alternate NSN: 1377-01-356-8732ES, P/N: 6106600. 25ea. Applicable to: B-1b. Destn: FB2172. Delivery: 31 JUL 2003 25 ea Item 0002 NSN 1377-01-232-1960ES Time Delay, 1.00 Sec P/N: 6106500, P/N 816852-10 4.00" lgth, 1.94" dia., 1.45. Primary matl: aluminum. Provides seq. time delay between seats during emergency ejection in the manual mode. T.O. 11P-2-13-7, B-1B Egress System. Alt NSN 1377013568731ES P/N 6106500 Cage 93455 37ea. Applicable to: B-1b. Destn: FB2172. Delivery: 29 AUG 2003 37 ea Item 0003 NSN 1377-01-234-0822ES Time Delay Initiator P/N: 6106100, P/N 816851-2 Ballistically initiated life support device with NEW of 0.0016 lbs. 4.00" X 1.94" X 1.25". Aluminum. Used to provide delay in egress sys to insure proper sequencing of events in emergence egress. Alternate NSN: 1377-01-356-5592ES, P/N 6106100 39ea. Applicable to: B-1b. Destn: FB2172. Delivery: 29 AUG 2003 39 ea Item 0004 NSN 1377-01-232-1677ES Time Delay, 3.20 Sec P/N: 6106800 SY08, P/N 816852-2 Ballist. init. Explosive net wt of 0.0016 lbs. Device provides output w/delay to sequence other devices during egress. 4.00" lgth, 1.94" dia, 1.45" height, prim mat'l aluminum. Alternate NSN: 1377-01-356-8734ES, P/N: 6106800 56ea. Applicable to: B-1b. Destn: FB2172. Delivery: 28 AUG 2003 56 ea Item 0005 NSN 1377-01-234-0719ES Time Delay Initiator P/N: 6106300 SY10, P/N 816851-11 Ballistically initiated device with NEW of 0.0016 lbs. 4.00" X 1.94" X 1.25 steel. Use to provide time delay for proper sequencing of egress system during emergency egress B-1B acft. Alternate NSN: 1377-01-356-8735ES, P/N: 6106300 26ea. Applicable to: B-1b. Destn: FB2172. Delivery: 31 DEC 2002 26 ea Item 0006 NSN 1377-01-234-0821ES Time Delay P/N: 6106200 3252MU80, P/N 816851-4 Acft ejection sys (life support) ballistic device. Predominant mat'l al with explosive charge. 0016 lbs. Lgth 4.00" X 1.94" X 1.25" and is ballistic initiated. Alternate NSN: 1377-01-356-5593ES, P/N: 6106200 88ea. Applicable to: B-1b. Destn: FB2172. Delivery: 29 JUL 2003 88 ea Qualification requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. The requirements of FAR 9.202(A) have been completed and copies of the qualification requirements and standards may be obtained as described in the solicitation. These qualification requirements apply to line item(s) 0001-0009 There are 3 additional items(s) in FSC(s) 1377 Electronic procedure will be used for this solicitation. See our Web page. To: Mccormick Selph Inc, Hollister Ca 95023 9635. To: Scot Inc, Downers Grove Il 60515-0705. 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. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements is cited in each individual solicitation. 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. 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 Roger Porter if your concerns are not satisfied by the contracting officer (801)777-6991. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr2000.com This part required engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. This acquisition involves data that are subject to export control laws and regulations. Only contractors who are registered and certified with the Defense Logistics Services Center (DLSC) shall be provided copies of the solicitation or other data subject to foreign disclosure restrictions. Contact the Defense Logistics Services Center, 74 Washington Avenue N., Battle Creek, Michigan 40917-3084 (1-800-352-3572) for further information on the certification process. You must submit a copy of your approved DD Form 2345, Military Critical Technical Data Agreement, with your request for the solicitation. See Note (s) 22.=20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USAF/AFMC/OOALC/Reference-Number-FD2020-02-6 0381/listing.html)
Record
Loren Data Corp. 20011029/13SOL003.HTM (D-298 SN511529)

13 - Ammunition and Explosives Index  |  Issue Index |
Created on October 25, 2001 by Loren Data Corp. -- info@ld.com