Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2011 FBO #3400
SOLICITATION NOTICE

70 -- DISC DRIVE UNIT

Notice Date
3/15/2011
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; BLDG 3001 SUITE 2AH82A; TINKER AFB;OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8119-11-R-0022
 
Response Due
3/30/2011
 
Point of Contact
Amanda Rossi, Phone 405-739-2128, Fax 000-000-0000, Emailamanda.rossi@tinker.af.mil
 
E-Mail Address
Amanda Rossi
(amanda.rossi@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Electronic procedure will be used for this solicitation. 1. Estimated issue date and estimated closing/response date: Issued 30Mar 11,Closes 29 Apr 112. PR#: FD2030-11-366663. Service/Spare/Repair/OH: Repair4. AMC: 4D5. Item:L/I 0001 - Disc Drive UnitL/I 0002 - Signal Data ProcessorL/I 0003 - Multi-Display UnitL/I 0004 - Display ProcessorL/I 0005 - ReceiverL/I 0006 - Over and AboveL/I 0007 - Data6. NSN: L/I 0001 - 7025-01-462-9363 FW.L/I 0002 - 5895-01-539-0420 FWL/I 0003 - 6610-01-397-6965 FWL/I 0004 - 6610-01-436-2803 FWL/I 0005 - 5841-01-319-1380 FWL/I 0006 - N/AL/I 0007 - N/A7. PN: L/I 0001 - 8524141-101.L/I 0002 - 5050344-49L/I 0003 - 3775146-3L/I 0004 - 3757512-4L/I 0005 - HG7170AB02L/I 0006 - N/AL/I 0007 - N/A8. Description: sole source to Honeywell; FFPL/I 0001 - The DSRU utilizes novalatile memory for the storage ofdigital data in buffer memory and in removeable transportablecartridges. The LRU is divided into 4 parts: (1) the 1553B input/outputcontroller (IOC); (2) buffer memory; (3) optical disk set (ODS); and (4)the power supply. The DDU possesses the capability, on command, ofautomatic storage and retrieval of large quantities of data via twodual, redundant 1553 serial multiplex buses. Length: 33.7, width: 28.5,depth: 24.7, weight: 46.5L/I 0002 - The CID Processor provides processing of all analog anddigital signals associated with engine performance monitoring, standbyflight instrument display, warning and caution display, and TSDfunctions of the CID Display. Length: 24, width: 18. Height: 16, weight:44L/I 0003 - The mulripurpose display unit procides a color CRT display tobe observed by the pilot or WSO. This display is presented on a 6"x6"active display area. The MDU has a pushbutton request function with 20associated pushbuttons, control for symbol and raster intensities, and acontrol for MDU power. Each MDU will interface with two displayprocessing units.L/I 0004 - The programmable processor provides all the symbology andraster generation, modes, and switch interpretation for the controls anddisplays system.L/I 0005 - The radar altimeter receiver-transmitter contains all thecircuitry required to generate and transmit energy via the transmitantenna, receive and process the energy returned from the surface belowvia the receive antenna and supply the required radar altitude andwarning signals to other avionic equipment. Also included in thereceiver-transmitter is comprehensive continuous and interruptiveself-test circuitry to assure proper performance and to facilitatemaintenance.L/I 0006 - Over & AboveL/I 0007 - Data9. Total Line Item Quantity: L/I 0001 - qty 9 ea.L/I 0002 - qty 1 eaL/I 0003 - qty 9 eaL/I 0004 - qty 2 eaL/I 0005 - qty 1 eaL/I 0006 - qty 1 lotL/I 0007 - qty 1 lot10. Application (Engine or Aircraft): B-2 aircraft11. Destination: TBD12. Delivery: L/I 0001AA - 60 days ARO contractL/I 0001AB - 90 days ARO notice to proceedL/I 0002AA - 60 days ARO contractL/I 0002AB - 160 days ARO notice to proceedL/I 0003AA - 60 days ARO contractL/I 0003AB - 300 days ARO notice to proceedL/I 0004AA - 60 days ARO contractL/I 0004AB - 160 days ARO notice to proceedL/I 0005AA - 60 days ARO contractL/I 0005AB - 400 days ARO notice to proceed13. Qualification Requirements:14. Export Control: yes15. UID: Note to Contractor: If unit price exceeds $5,000 then UIDrequirements will apply. 16. Mandatory Language: Prospective vendors must comply with all the requirements of thesolicitation and its attachments to be considered responsive. TheGovernment does not intend to hold discussion but may hold discussion ifit is deemed necessary. An Ombudsman has been appointed to hear concernsfrom offerors or potential offerors during the proposal developmentphase of this acquisition. The purpose of the Ombudsman is not todiminish the authority of the program director or contracting officer,but to communicate contractor concerns, issues, disagreements, andrecommendations to the appropriate government personnel. Whenrequested, the Ombudsman will maintain strict confidentiality as tosource of the concern. The Ombudsman does not participate in theevaluation of proposals or in the source selection process. Interestedparties are invited to call the Ombudsman at 405-736-3273. One or more of the items under this acquisition may be subject to anAgreement on Government Procurement approved and implemented in theUnited States by the Trade Agreements Act of 1979. All offers shall bein the English language and in U.S. dollars. All interested suppliersmay submit an offer. The proposed contract action is for supplies or services for which theGovernment intends to solicit and negotiate with only one source,Honeywell International Inc, Tempe, AZ, 85284-2822, under the authorityof FAR 6.302. Interested persons may identify their interest andcapability to respond to the requirement or submit proposals. Thisnotice of intent is not a request for competitive proposals. However,all proposals received within forty-five days after date of publicationof this synopsis will be considered by the Government. A determinationby the Government not to compete with this proposed contract based uponresponses to this notice is solely within the discretion of theGovernment. Information received will normally be considered solely forthe purpose of determining whether to conduct a competitive procurement. IAW FAR 5.207(c)(15)(ii), All responsible sources may submit acapability statement, proposal, or quotation, which shall be consideredby the agency IAW FAR 5.207(c)(12)(ii) - Trade Agreements - One or more of the itemsunder this acquisition is subject to the World Trade OrganizationGovernment Procurement Agreement and Free Trade Agreement. Based upon market research, the Government is not using the policiescontained in Part 12, Acquisition of Commercial Items, in itssolicitation for the described supplies or services. However, interestedpersons may identify to the contracting officer their interest andcapability to satisfy the Government's requirement with a commercialitem within 15 days of this notice. EXPORT CONTROLLED DATA This acquisition may/does involve technology that has a military orspace application. The only US contractors who may participate arethose that are certified and registered with DLSC (1-800-352-3572) andhave a legitimate business purpose. US contractors must submit a copyof their current, approved DD Form 2345 with their request forsolicitation. The form, including instructions for completing the form,is available athttp://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. The solicitation/data package will be mailed to the datacustodian identified in block 3 of the DD Form 2345. The extent offoreign participation has not yet been determined. MOU country sourcesmust contact the Contracting Officer within 15 calendar days of the dateof this synopsis notice to receive a copy of the solicitation at thetime it is initially issued. Issuance of the RFP will not be delayed toreview requests from MOU country sources received after 15 days or fromnon-MOU country sources. Nothing in this notice contradicts otherrestrictions, 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 butcould, if otherwise eligible, participate as subcontractors). 17. Buyer name, phone#, and email address:Amanda Rossi(405) 739-2128Amanda.rossi@tinker.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8119-11-R-0022/listing.html)
 
Record
SN02401671-W 20110317/110315235403-d114234604b6c32799e2b4a03287815d (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.