Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2002 FBO #0075
SOLICITATION NOTICE

59 -- ADDITIONAL LASER RANGE FINDERS FOR THE TACTICAL AIR CONTROL PARTY MODERNIZATION PROGRAM

Notice Date
2/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
ESC/DIGK, Global Grid (Product Area Directorate), 5 Eglin Street, Hanscom AFB, MA 01731-2100
 
ZIP Code
01731-2100
 
Solicitation Number
F19628-02-R-0029
 
Response Due
3/7/2002
 
Archive Date
9/7/2002
 
Point of Contact
Major Terry L. Kee, Program Manager, 781-377-7994 or Dale M. Pease, Contracting Officer, 781-377-6395
 
E-Mail Address
Email your questions to Click Here to E-mail the POC
(Terry.Kee@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice of Contract Action. The Tactical Air Control Party (TACP) Modernization Program Office of the Electronic Systems Center (ESC/DIGR) has a requirement for additional Laser Range Finders (LRFs). The LRF must meet all threshold requirements as outlined in Operational Requirements Document (ORD), AC2ISRC (CAF) 307-97-I/II/III, for Tactical Air Control Party Modernization, dated 9 Dec 99. The ORD is posted on the Hanscom Electronic RFP Bulletin Board (HERBB) (http://herbb.hanscom.af.mil) [under "Business Opportunities," set "Type" and "Location" to "ALL", click "Go," then scroll down to "Tactical Air Control Party (TACP) Modernization Laser Range Finder."] The LRFs must also be fully form, fit, and functionally compatible with the Mark VII LRF currently being produced and fielded. ESC intends to purchase approximately 90 LRFs in fiscal year (FY) 2002 by award of the additional quantity under contract F19628-01-D-0008 with Litton Laser Systems, Inc. under the authority of 10 U.S.C. 2304(c)(1), as implemented by FAR 6.302-1(a)(2)(ii), Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Other interested firms should submit a qualifications package that demonstrates they can provide the fully compliant LRFs within the schedule specified below. The Government will not pay for any information received in response to this synopsis, nor will the Government compensate a respondent for any cost incurred in developing the information provided to ESC. If information is provided in response to this NOCA, ESC will not release any information marked with a Proprietary legend to any firm, agency, or individual without written permission.. To be considered qualified, potential offerors must (A) Have a product that meets all the threshold requirements of the 9 Dec 99 ORD; (B) Have the ability to deliver the LRF in the quantity stated above and deliver the complete FY02 quantity no later than one year after contract award. (C) Have demonstrated successful past experience in performing on a contract of similar size and scope as the planned LRF contract. Offerors must provide the following in their response to this synopsis: (1) Documentation that shows how your existing product meets all threshold and as many of the objective requirements listed in the 9 Dec 99 ORD as possible; (2) Brochures and/or other marketing material provided to Government/commercial customers for the same LRF that you wish to offer in response to this synopsis; (3) Reliability data [e.g. Mean Time Between Failure, Mean Time To Repair, etc]; (4) If your product has been officially tested by a Government organization, participated in an operational exercise, and/or participated in a Government sponsored experiment, provide a copy of (or identify) any formal documentation that describes how your product was used and how it performed; (5) Documentation that summarizes your firm's performance on similar contracts, and a customer point of contact/phone number for each contract; (6) Information on basic and extended warranty coverage currently available for your LRF; (7) Information on any additional functionality not in the ORD that your product provides that you believe would be beneficial to the TACP mission and; (8) The size and socioeconomic status of your business (e.g. small, large, small disadvantaged, woman owned). The response packages should be delivered in two paper copies, limited to 30 pages, including brochures; software copies may be delivered along with the paper copies. The response packages are due to Mr. Dale M. Pease (U.S. Postal Mailing Address: ESC/DIGK, 5 Eglin Street, Hanscom AFB, MA 01731-2100; Note - for commercial delivery such as FedEx, address packages to 3 Eglin Street) within 15 business days of posting of this notice in the CBD. This notice does not constitute a Request for Proposal, it does not restrict the Government as to the ultimate acquisition approach, nor should it be construed as a commitment by the Government. An Acquisition Ombudsman, Colonel Joseph P. Maryeski, Director, Commander's Staff, has been appointed to hear concerns from offerors or potential offerors during proposal development. You should only contact the Ombudsman with issues or problems you cannot satisfactorily resolve with the program manager and/or contracting officer. The Ombudsman role is to hear concerns, issues, and recommendations and communicate these to the appropriate government personnel. The Ombudsman will maintain strict confidentiality if desired. The Ombudsman does not evaluate proposals or participate in source selection. You can contact the Ombudsman at (781) 377-5106. Please direct any questions on this announcement to Major Terry L. Kee, Program Manager, 781-377-7994, e-mail: terry.kee@hanscom.af.mil or Major Susan Miller, Deputy Program Manager, (781) 377-9143, e-mail: susan.miller@hanscom.af.mil. See Notes 22 and 26.
 
Web Link
ESC Business Opportunities Web Page
(http://www.herbb.hanscom.af.mil)
 
Place of Performance
Address: N/A
Zip Code: N/A
Country: N/A
 
Record
SN00026180-W 20020215/020213213134 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.