SOLICITATION NOTICE
58 -- Rockwell Collins Corporate Contract
- Notice Date
- 1/23/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8523-04-R-81998
- Response Due
- 3/1/2004
- Point of Contact
- Donna Walcott, Contracting Officer, Phone (478)926-5177, Fax (478)926-5131,
- E-Mail Address
-
Donna.Walcott@robins.af.mil
- Description
- WR-ALC/LSKS anticipates issuing a corporate contract to Rockwell Collins, Cedar Rapids, Iowa (CAGE code 13499) and its subsidiaries for a variety of supplies and services for which Rockwell Collins is the only source capable of meeting the Government?s requirements. This acquisition is to support communications and/or navigational systems for which Rockwell Collins is the Original Equipment Manufacturer. These supplies/services include, but are not limited to spares, repairs, engineering services, logistics sustainment modifications/services, and associated data. The potential systems for which sole source supplies and services will be ordered from Rockwell Collins are: AN/ARC-182 HF Messenger AN/ARC-186 GNLU-9X5M AN/ARC-190 / HF-190 TALON RT-810X AN/ARC-230 / HF121C ATHS/ATHS II HF-900HF-9500 MPE-S UGG III FMR-200X MDM-HF Modems DLM-900 / CMU-900 HF-CPS SAT 906 Multimedia Comm SAT 2000 Link 11 Data Terminal Sets HFM PMO Briefcase-HFDG-300 DF Systems Flyaway Kit VP-116 DLP AN/ARC-210 ETC-4000F AN/ARN-147 NAVSTRIKE AN/ARN-149 51RV DF AN/ARN-153 GRC-171B (V) 5 (V) 5/D MAGR Electronic Warfare Components AE4 AM-7314/URN AN/PSN-11 AN/PSN-11 (V) 1 GEM GNP-10 CDU / CDNU BSIU /PICU Displays (Airlift and Tactical) MPS/DTS PLGR + 96 PLGR II PLGR & GLS V'PLGR II GRC-171B (V) 4 /C(V)4 / D(V)4 RDU-II ADS Stingray PCSG PROPMAN 2000 CCS-2200 Traffic Alert and Collision Avoidance System (TCAS) AN/ARC-220 AN/VRC-100 Integrated Processing Center (IPC) Q9600 High Data Rate HF Modem The proposed action contemplates issuance of an Indefinite Delivery/Indefinite Quantity ordering vehicle, with a five year ordering period, which allows for decentralized ordering by DoD agencies. This ordering vehicle may be used to implement the Strategic Partnership Agreement between WR-ALC and Rockwell Collins. The estimated value of this and other contracts within the scope approved is $3.6 billion over a ten year period. The approximate issue date will be 09 Feb 04, with the approximate response date of 01 Mar 04. Interested parties may request the solicitation from Donna Walcott, WR-ALC/LSKS, 380 Richard Ray Blvd., Suite 104, Robins AFB Ga. 31098-1638. Telephone 478-926-5177, Fax 478-926-5131, email Donna.Walcott@robins.af.mil. The solicitation will be issued sole source to: Rockwell Collins, Inc., 400 Collins Rd. NE, Cedar Rapids Iowa 52498-0001, CAGE Code: 13499. Authority: 10 USC 2304 (c)(1), Justification: Supplies or services required are available from only one or a limited number of responsible sources and no other type of supplies or services will satisfy agency requirements. All potential offerors should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. 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. Based upon market research, the Government will utilize policies contained in FAR Part 12, Acquisition of Commercial Items and FAR Part 15, Contracting by Negotiation, in its solicitation for the supplies and services. Interested parties may identify to the contracting officer their interest and capability to satisfy the Government?s requirement(s) with a commercial item within 15 days o f this notice. 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).
- Place of Performance
- Address: Multiple Rockwell Facilities
- Record
- SN00509004-W 20040125/040123212125 (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 |