Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 04, 2020 SAM #6854
SOLICITATION NOTICE

J -- Contractor Logistics Support Services for B-1B Enhanced Power Control Assembly Tester (EPCAT)

Notice Date
9/2/2020 1:09:11 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
FA8533 AFLCMC WNKAB ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8533-20-R-0028
 
Response Due
9/16/2020 1:30:00 PM
 
Archive Date
10/01/2020
 
Point of Contact
Victoria McDaris
 
E-Mail Address
victoria.mcdaris@us.af.mil
(victoria.mcdaris@us.af.mil)
 
Description
This is a combined synopsis/solicitation notice to provide information for an upcoming Contractor Logistics Support (CLS) Services requirement for the B-1B Enhanced Power Control Assembly Tester (EPCAT). The applicable National Stock Number (NSN) is 4920-01-515-8913KV. CLS activities will include program management, supply chain management, spares management, spares procurement, repair and maintenance, failure and reporting analysis, and technical support. Place�of performance is Dyess AFB, TX, Ellsworth AFB, SD, and Tinker AFB, OK.� This�requirement will have 5.5 year period of performance inclusive of one (1) 12-month basic period and four (4), 12-month Option periods, and� one (1) six (6)-month extension of services option, per FAR Clause 52.217-8, inclusive of option for increased quantity on separately price line items. This requirement will be Firm Fixed Price and will include Not Separately Priced (NSP) data CLINs. Destination is Robins AFB, GA and To Be Cited (TBC) on individual orders. The Turnaround Time (TAT) for Supply Chain Management spare repair components for the 9100 core assets are available to meet the established TAT of 10 calendar days per maintenance action. The TAT for repair services for EPCAT specific assets, those that are not part of the 9100 core, to meet the established TAT of 30 calendar days per maintenance action. This is a sole source requirement to the following source: Teradyne, Inc. d/b/a Assembly Test Division CAGE 23350 700 Riverpark Dr. North Reading, MA 01864 This sole source requirement is pursuant to 10 U.S.C. 2304 (c)(1) as implemented by FAR 6.302-1, Only One Responsible Source, and No Other Supplies or Services Will Satisfy Agency Requirements. However, all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the Agency. Please be advised that there is NO TECHNICAL DATA AVAILABLE and is proprietary to the identified source above. This requirement has not been set aside for small business. Foreign participation is not allowed. Defense Federal Acquisition Regulation clause 252.225-7021 Trade Agreements-Basic, is applicable. The referenced solicitation is anticipated to be released on 01 September 2020. All responsible sources may submit a capability statement, proposal, or quotation and shall be considered by the agency. A determination not to compete this requirement, based on responses to this notice, is solely within the discretion of the Government. The Government will not be responsible for any cost incurred by interested parties in responding to this synopsis. The Government is not obligated to and will not pay for any information received from potential sources as a result of this combined solicitation/synopsis. All questions and submissions in reference to this requirement shall be submitted in writing through DOD SAFE to both of the following: Ms. Victoria McDaris: Victoria.McDaris@us.af.mil NO TELEPHONE QUESTIONS WILL BE ACCEPTED IN REFERENCE TO THIS REQUIREMENT. Failure to comply with Federal Acquisition Regulation (FAR) guidelines, FAR subparts, and instructions outlined herein may result in submission being deemed as non-responsive by the Procurement Contracting Officer. For more information, see the attachments applicable to this combined synopsis/solicitation. Amendment FA8533-20-R-0028-0001 issued 2 Sep 2020 to change Product Service Code from J049 to J059. Amendment 0001 is attached hereto.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d07a7ffe09a04c0388e0eb8dfeef2c18/view)
 
Record
SN05783653-F 20200904/200902230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.