Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 20, 2023 SAM #7905
SOLICITATION NOTICE

59 -- Repair of ALR-56M Intermediate Frequency Amplifier

Notice Date
7/18/2023 1:15:33 PM
 
Notice Type
Presolicitation
 
NAICS
811210 —
 
Contracting Office
FA8522 AFSC PZABB ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FD20602300091
 
Response Due
8/3/2023 2:00:00 PM
 
Archive Date
09/03/2023
 
Point of Contact
Bret Cox, Kenneth Dickman
 
E-Mail Address
bret.cox.1@us.af.mil, kenneth.dickman@us.af.mil
(bret.cox.1@us.af.mil, kenneth.dickman@us.af.mil)
 
Description
�This announcement is a pre-solicitation notice. The anticipated release of the Request for Proposal (RFP) is in August 2023. The 408 SCMS/GULBF has a requirement for the ALR-56M system. This effort establishes repair requirements for a single, long-term vehicle to improve delivery times and lower total costs to the Government. The Government intends to award a five-year, Requirements contract with best-estimated quantities (BEQ). The RFP and resultant contract will be structured with one Basic Contract Period of twelve (12) months and four (4) annual ordering periods and will be sole source to General Microwave Corporation. The RFP will contain CLINs for the repair of LRUs as well as No Fault Found (NFF), Beyond Economical Repair (BER), and Data. Delivery requirements shall be variable after receipt of LRU� 45 days Repair, 15 days NFF, and 15 days BER. FAR Part 15 Procedures will be utilized. The solicitation will be available for viewing or downloading from www.sam.gov website only. NO HARD COPIES WILL BE ISSUED. Restricted to: General Microwave Corporation, Authority: 10 U.S.C. 2304 (C) (1) or FAR 6.302-1 Justification: Only one responsible source and no other supplies or services will satisfy agency requirements. All responsible sources may submit a capability statement, proposal, or quotation, which the agency shall consider. 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 the 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 contact 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 bret.cox.1@us.af.mil. NO TELEPHONIC QUESTIONS. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check the SAM site before submission of their proposal. This notification should contain the Company Name, Address, Point of Contact, CAGE, and Size of Business according to the North American Industry Classification System (NAICS). Please see the SAM Vendor's Guide for assistance interpreting the SAM announcements. The Government's requirements are as referenced below. The BEQs referenced below are listed by ordering period (Basic, Ordering Period 1, Ordering Period 2, Ordering Period 3, and Ordering Period 4), respectively. NFF CLINS 5996-01-685-3623, Intermediate Frequency Assembly/Amplifier, BEQ: 10 EA for the first year and 10 for all remaining years. BER CLINS 5996-01-685-3623, Intermediate Frequency Assembly/Amplifier, BEQ: 40 EA for the first year and 40 for all remaining years. �REPAIR CLINS 5996-01-685-3623, Intermediate Frequency Assembly/Amplifier, BEQ: 50 EA for the first year and 50 for all remaining years.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ffc2fcc1a1b1434faa7a45d174a334b3/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06753743-F 20230720/230718230051 (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.