SPECIAL NOTICE
16 -- Electrical System Upgrade Depot Activation
- Notice Date
- 7/11/2005
- Notice Type
- Special Notice
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- 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
- Reference-Number-FA850405R30180
- Response Due
- 8/25/2005
- Archive Date
- 9/9/2005
- Description
- The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with a limited number of source under the authority of FAR 6.302-1. 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 further 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 full and open procurement. PR Number(s): F3QCCC5118B002; NSN: 6130-01-452-5510 ESU Solid State Inverter Shop SUR Spares; P/N: 505280; Estimated Quantity 4 each; CAGE: 09004 and 1FUD6 Description: This synopsis serves as a notice of intent to award based upon limited competition. This requirement includes all tasks necessary to activate the depot to repair Electrical System Upgrade (ESU) 250 volt-ampere (VA) and 2500 VA solid state inverters (SSIs) at Warner Robins Air Logistics Center (WR-ALC), Robins Air Force Base, Georgia. The turn-key tasks for both inverters shall include maintenance manuals, procurement of spare shop replaceable units (SRUs) as depot spares, and fabrication of inverter depot maintenance and acceptance test stations (DRATS). All four tasks are required as a turn-key operation to ensure timely, efficient, and successful activation of the organic depot. The providers are Transistor Devices, Inc, 85 Horsehill Road, Cedar Knolls, NJ 07927 and Lockheed Martin Corporation, Lockheed Martin Logistics Services, Inc . 107 Frederick Street, Greenville, SC 29607. This synopsis is issued under the authority of 10 U.S.C. 2304(C)(1). The justification for limited competition is based upon the premise that 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. Any company interested in obtaining a copy of the solicitation may contact the contract specialist listed below. Either a complete and adequate data package is not available to be provided as a part of this solicitation, or special materials, facilities, tooling, or test equipment which may be required for performance are not available from the Government. Offers from firms not previously identified as sources for this requirement will only be considered when it can be determined prior to award that the item or services being offered will meet the Government's requirements. Offers from firms other than those previously identified and listed above must submit with their capability statement the following (as applicable): (1) Proof that you have previously provided, or are currently providing, the same or similar item to DoD or to an OEM. This can be a list of present or past Government contract numbers, with award dates, and Material Inspection and Receiving Report (DD Form 250). (2) A complete set of drawings. (3) Brochures describing your company's capabilities, with a facilities list showing plant equipment, machinery, special tooling, fixtures, etc. (4) Identification of your subcontractors and processes they will perform. The companies identified above need not comply with paragraph above. The FOB point of inspection and acceptance will be destination, Robins AFB GA. Delivery will be November 2005 or as otherwise identified in the contract award. The contract period will be 30 Sept 2005 through 30 Sept 2006. 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. This requirement is not set aside for small business. Note, the government will not pay for any information submitted as a result of this synopsis. Numbered Notes 22 and 26 apply to this posting.
- Place of Performance
- Address: Robins AFB, GA
- Zip Code: 31098
- Country: USA
- Zip Code: 31098
- Record
- SN00844621-W 20050713/050711212033 (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 |