Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
SOLICITATION NOTICE

58 -- Repair of LRUs applicable to the Large Aircraft Infrared Countermeasures System (LAIRCM)

Notice Date
3/30/2016
 
Notice Type
Presolicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8522-16-R-0007
 
Archive Date
5/28/2016
 
Point of Contact
Michael L Shelley, Phone: (478) 926-7148
 
E-Mail Address
michael.shelley.1@us.af.mil
(michael.shelley.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a pre-solicitation notice. Anticipated release of the RFP is April 2016. The 408 SCMS/GULA has a requirement for the AN/AAQ-24(V) system. This effort consolidates repair requirements into a single, long-term vehicle in order to provide significantly improved delivery times and lower total cost to the Government. The Government intends to award a five year, Requirements contract with best estimated quantities (BEQs). The RFP and resultant contract will be structured with one Basic Contract Period of 12 months and four (4) annual ordering periods with the possibility of an additional six (6) month extension and will be sole source to Northrop Grumman Corporation. The RFP will contain several CLINs for repair LRUs as well as CLINs for Program Support (Core), Over and Above, BER, Travel and Data. Delivery requirements for each LRU shall be variable - 30 days TAT, 60 days TAT, 90 days TAT based on the LRU. FAR Part 15 Procedures will be utilized. Solicitation will be available for viewing or downloading from www.FedBizOps.gov website only. NO HARD COPIES WILL BE ISSUED. Restricted to: Northrop Grumman Corporation, Authority: 10 U.S.C. 2304 (C) (1) or FAR 6.302 Justification: 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. All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. 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 thirty days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. It is suggested that firms interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Foreign participation at the prime contractor level is not permitted. All questions regarding the RFP must be submitted in writing to Michael.Shelley.1@us.af.mil. NO TELPHONIC QUESTIONS. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check the FEDBIZOPS site prior to submission of their proposal. This notification should contain Company Name, Address, Point of Contact, CAGE, Size of Business pursuant to North American Industry Classification System *NAICS). For assistance interpreting the FBO announcement s, please see the FOB Vendor's Guide. The Government's requirements are as referenced below. The best estimated quantities (BEQs) referenced below are listed by ordering period(Basic, Ordering Period 1, Ordering Period 2, Ordering Period 3, and Ordering Period 4)-respectively. REPAIR CLINS 5865-01-538-4648EW, 001-008065-0401, GLTA, BEQ: 41 EA for all years 5865-01-579-6300EW, 001-08065A402, GLTA, BEQ: 368 EA for all years 5865-01-599-9077EW, 001-008065H0402, GLTA, BEQ: 11 EA for all years 5865-01-535-8659EW, 001-007915A0301, SLTA, BEQ: 100 EA for all years Not Stock Listed, 001-007915C0201, SLTA, BEQ: 3 EA for all years Not Stock Listed, 001-007915X0301, SLTA, BEQ: 1 EA for all years 5865-01-435-9326EW, 001-007671-007 or 001-7671-001, MWS, BEQ: 8 EA for all years 5865-01-536-1792EW, 001-007671-009, MWS, BEQ: 133 EA for all years 5865-01-591-7146EW, 001-007671-013, MWS, BEQ: 10 EA for all years 5865-01-591-6897EW, 001-008087-0006, MWS, BEQ: 116 EA for all years 5865-01-611-5555EW, 001-008087-0005, MWS, BEQ: 1 EA for all years 5865-01-570-8390EW, 001-007722-3061, UV Processor, BEQ: 77 EA for all years 5865-01-578-8057EW, 001-007722-3141, UV Processor, BEQ: 4 EA for all years Not Stock Listed, 001-007722-3001, UV Processor, BEQ: 2 EA for all years 5865-01-592-9867EW, 001-007722-3181, IR Processor, BEQ: 78 EA for all years 5865-01-611-5708EW, 001-007722-2101, IR Processor, BEQ: 4 EA for all years 5865-01-619-4769, 001-007722-2103, IR Processor, BEQ: 19 EA for all years 5865-01-435-9339EW, 001-007678-103, CIU, BEQ: 147 EA for all years Not Stock Listed, 001-008690-0001, ATW, BEQ: 20 EA for all years Not Stock Listed, 001-008684-0101, CIU, BEQ: 1 EA for all years Not Stock Listed, 001-008684-0102, CIU, BEQ: 1 EA for all years Not Stock Listed, 001-008684-XXXX, CIU, BEQ: 5 EA for all years Not Stock Listed, UDM Programming, BEQ: 2 EA for all years Not Stock Listed, 001-008702-XXXX, Infrared Receiver, BEQ: 11 EA for all years Not Stock Listed, 001-008702-1001, Processor, BEQ: 2 EA for all years 1680-01-609-8975, 001-007722-1151, Processor, BEQ: 1 EA for all years
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8522-16-R-0007/listing.html)
 
Place of Performance
Address: Norhrop Grumman Systems, DBA Warner Robins Regional Support Center, 101 Industrial Park Blvd, Warner Robins, Georgia, 31088, United States
Zip Code: 31088
 
Record
SN04067230-W 20160401/160330234609-7a7e6e499991ed3a1ebd0b954ea735c9 (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.