Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2008 FBO #2336
SOLICITATION NOTICE

10 -- GUN MOUNT PEDESTAL

Notice Date
4/17/2008
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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, UNITED STATES
 
ZIP Code
31098-1611
 
Solicitation Number
FA8520-08-R-10089
 
Response Due
5/19/2008 4:00:00 PM
 
Point of Contact
Ashlee N. Calhoun,, Phone: (478) 926-9190
 
E-Mail Address
ashlee.calhoun@robins.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This requirement is for a firm-fixed price contract with option years for Gun Mount Pedestals applicable to the AC130 105MM. This acquisition is for NSN: 1015-01-337-2797, PN: 7572710-011 and 1015-01-337-2796GG, PN: 7572441-011. These pedestals allow the yoke assembly to rotate freely around the pivot assembly in the azimuth direction by providing a Teflon-coated surface to rest on the base assembly. General characteristics of NSN: 1015-01-337-2797 are as follows: height = ? inch, width = 35 inches, depth = 32 inches, weight = 70 pounds. General characteristics of NSN: 1015-01-337-2796 are as follows: height = ? inch, width = 26 inches, depth = 32 inches, weight = 70 pounds.This requirement will be 100% set-aside for Service-Disabled Veteran Owned Small Businesses. There is a basic quantity of 8 each and 4 each respectively. Each NSN has 2 First Article unit requirements in which 1 unit will be expended in testing and 1 unit not expended in testing that will be added to the production quantity. First Article testing will be conducted by the Government in accordance with the data package. There will be 4 option years each with a quantity range of 1-4 each for NSN: 1015-01-337-2797, and 4 option years each with a quantity range of 1-3 each for NSN: 1015-01-337-2796GG. All assets will be shipped FOB Origin within the continental United States. Offerors shall prepare their proposals in accordance with mandatory, explicit and detailed instructions contained in the RFP. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. The Government will utilize the Past Performance Information Retrieval System (PPIRS), and will evaluate proposals and make award in accordance with the evaluation criteria set forth in the RFP. It is anticipated that the RFP will be released on or around 19 February, 2008. The RFP will be posted to the Federal Business Opportunities webpage (http://www.fbo.gov/). The technical data required to respond to the RFP may be obtained at the FEDTEDS webpage (https://www/fedteds/gov/). All vendors are required to register via FEDTEDS for an account in order to access the technical data. For vendor assistance or problems with the FEDTEDS webpage, 1-866-618-5988 or mail to: cscassig@ogden.disa.mil. The following Numbered Notes apply: 26, 29
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d41a1e5339c77e317b2eea3c1f886781&tab=core&_cview=1)
 
Record
SN01556301-W 20080419/080417220557-d41a1e5339c77e317b2eea3c1f886781 (fbodaily.com)
 
Source
FedBizOpps 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.