Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2003 FBO #0694
SOLICITATION NOTICE

59 -- REPAIR OF F-15 ANMI & ECA CCA'S

Notice Date
10/20/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
FA8103-04-R-0020
 
Response Due
12/5/2003
 
Archive Date
12/20/2003
 
Point of Contact
Jim McNeill, Contracting Officer, Phone 405-739-4408, Fax 405-739-3462,
 
E-Mail Address
james.mcneill@tinker.af.mil
 
Description
59?SERVICES, NON PERSONAL: REPAIR of F-15 Air Navigation Multiple Indicator (ANMI) and ELECTRONIC CONTROL AMPLIFIER(ECA) CCA?s. The contractor shall provide all labor, facilities, equipment and all material to accomplish the repair, test, packing and packaging and return to the government in accordance with the work specifications contained in the solicitation/contract, the line items of Air Force equipment listed below. A firm fixed price requirements type contract containing a basic year plus two one-year options is contemplated. The items and quantities are as follows: CLIN 0001: NSN: 5998-01-173-5586NT, P/N: 4004314-914, Noun: CCA, Qty: 52 ea. basic year, 5 ea. Opt. I, and 5 ea. Opt. II. CLIN 0002: NSN: 5998-01-004-5517NT, P/N: 4004326-912, Noun: CCA, Qty: 7 ea. Basic yr, 4 ea. Opt. I, 4 ea. Opt II. CLIN 0003: NSN: 5998-00-335-4403NT, P/N: 4004316-911, Noun CCA, Qty: 17 basic yr., 17 ea. Opt. I, 17 ea. Opt. II. CLIN 0004: NSN: 5998-00-335-4759NT, P/N: 4004332-911, Noun CCA, Qty: 37 ea. Basic year, 37 ea. Opt. I, 37 ea. Opt. II. CLIN: 0005: NSN: 5998-00-335-4785NT, P/N: 4004328-911, Noun: CCA, Qty: 22 ea. Basic year, 13 ea. Opt. I, 22 ea. Opt. II. CLIN 0006: NSN: 5998-00-335-4788NT, P/N: 4004336-911, NOUN: CCA, Qty: 20 ea Basic year, 9 ea. Opt I, 9 ea. Opt II: CLIN 0007: NSN: 6610-00-337-5146NT, P/N: 4010345-911, Noun: CCA, Qty: 17 ea. Basic year, 12 ea. Opt I, 12 ea. Opt II: CLIN 0008: NSN: 5998-00-335-4404NT, P/N: 4004318-911, Noun: CCA, Qty: 4 ea. Basic year, 4 ea. Opt. I, 4 ea. Opt. II. CLIN 0009: NSN: 5998-00-337-5246NT, P/N: 4013389-911, Noun: CCA, Qty: 14 each basic year, 13 ea. Opt. I, 13 ea. Opt. II. CLIN: 0010: NSN: 5998-00-338-7323NT, P/N: 4004339-911, Noun: CCA, Qty: 34 each basic year, 17 ea. Opt. I, 17 ea. Opt. II. CLIN 0011: NSN: 5998-01-004-5516NT, P/N: 4004330-912, Noun: CCA, Qty: 54 ea. Basic year, 25 ea. Opt. I, 25 ea. Opt. II. CLIN 0012: NSN: 5998-01-004-5518NT, P/N: 4004334-912, Noun: CCA, Qty: 52 each basic year, 33 ea. Opt. I, 33 ea. Opt. II. CLIN 0013: NSN: 6130-01-032-0385NT, P/N: 4004310-913, Noun: CCA, Qty: 44 each basic year, 24 ea. Opt. I, 24 ea. Opt. II. CLIN 0014: NSN: 5998-00-124-9506NT, P/N: 4007844-903, Noun: CCA, Qty: 21 each basic year, 28 ea. Opt. I, 28 ea. Opt. II. CLIN 0015: NSN: 5998-00-124-9526NT, P/N: 4007824-901, Noun: CCA, Qty: 48 ea. Basic year, 40 ea. Opt. I, 40 ea. Opt II. CLIN 0016: NSN: 5998-00-291-9022NT, P/N: 4007837-901, Noun: CCA, Qty: 91 each basic year, 60 ea. Opt. I, 60 ea. Opt. II. CLIN 0017: 5998-00-292-9171NT, P/N: 4007840-902, Noun: CCA, Qty: 12 each per year. CLIN 0018: NSN: 5998-00-292-9182NT, P/N: 4007835-902, Noun: CCA, Qty: 74 each basic year, 44 ea. Opt. I, 44 ea. Opt. II. CLIN: 0019: NSN: 5998-01-038-7252NT, P/N: 4007829-903, Noun: CCA, Qty: 45 each basic year, 32 ea. Opt. I, 32 ea. Opt. II. CLIN: 0020: NSN: 5998-01-079-5733NT, P/N: 4026932-901, Noun: CCA, Qty: 46 each basic year, 43 ea. Opt. I, 43 ea. Opt. II. CLIN 0021: 6130-01-038-7240NT, P/N: 4007833-902, Noun: Pwr Supply, Qty: 86 each basic year, 44 ea. Opt. I, 44 ea. Opt. II. CLIN 0022: NSN: 6130-01-163-8513NT, P/N: 4007846-905, Noun: Pwr Supply, Qty: 89 each basic year, 52 ea. Opt. I, 52 ea. Opt II. CLIN 0023: Over and Above Work as required. CLIN 0024: Data Reports. A solicitation will be issued to obtain a fixed price requirements type contract with 100% contractor furnished material. The work is to be performed in accordance with the Original Equipment Manufacturer (OEM) procedures. Honeywell Inc., Phoenix Az. CAGE 5Y043 is the OEM. NOTE: No technical data i.e. T.O?s are available and cannot be provided by the government. The approximate issue date will be 05 NOV 03. Deliveries are to begin 30 days ARO and reparables and will be at various rates depending on the CLIN. Specific monthly delivery quantities will be set forth in the solicitaion. No telephone requests. Only written or faxed proposals received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Reply FAX Number is (405)739-4417, ATTN: Jim McNeill NOTE 22. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source 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 with 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. NOTE 23: Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. 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 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 the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
 
Place of Performance
Address: HONEYWELL INTERNATIONAL INC., DEFENSE AVIONICS SYSTEMS, SUPPORT CENTER DIVISION, 21640 N 12TH AVE, PHOENIX AZ
Zip Code: 85027-2848
Country: U S
 
Record
SN00454708-W 20031022/031020213353 (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.