|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 14,1996 PSA#1616Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 15 -- RIB STIFFENER, AIRCRAFT SOL F09603-96-R-62024 DUE 080196 POC For
copy, MAIL TO ABOVE ADDRESS include mfg code, For additional
information contact Jackie Kittrell/Luka/(912)926-2477 Item 0001 NSN
1560-01-406-4922LG P/N: LEX-E-0633-4, MAT:.040 CRES 321 ANL stainless
steel in accordance with Mil-Std 6721. Dim: 10.48 X 23.25 X 22.44.
Func: Used as Stiffener. Appl: AC-130H Gunship Aircraft 4ea. Applicable
to: Ac-130h Gunship. Destn: Robins Air Force Base Ga 31098-1611.
Delivery: 30 Sep 96 4 ea Item 0002 NSN 1560-01-406-4923LG Rib
Stiffener, Aircraft P/N: LEX-E-0633-6, Mat:. 040 CRES 321 ANL stainless
steel in accordance with Mil-Std 6721. Dim: 9.02 X 21.79 x 20.98. Func:
Used as stiffeners for lower assembly (IR Shield). Appl:AC-130H Gunship
Aircraft. 4ea. Applicable to: Ac-130h Gunship. Destn: Robins Air Force
Base Ga 31098-1611. Delivery: 30 Sep 96 4 ea Item 0003 NSN
1560-01-406-4924LG Rib, Stiffener, Aircraft P/N: LEX-E-0633-8, Mat:.
040 CRES 321 ANL stainless steel in accordance with Mil-Std 6721. Func:
Used as a Stiffener for IR shield,lower assembly. Dim: 7.56 X 20.33 x
19.52. Appl: AC-130H Gunship aircraft. 4ea. Applicable to: Ac-A130h
Gunship. Destn: Robins Air Force Base Ga 31098-1611. Delivery: 30 Sep
96 4 ea Item 0004 NSN 1560-01-406-4925LG Rib Stiffener, Aircraft P/N:
LEX-E-0633-2, MAT:. 040 CRES 321 ANL stainless steel in acordance with
Mil-Std 6721. Dim: 11.94 x 24.71 x 23.90. FUNC: Used as stiffener for
I.R. Shield,Lower assy. APPL: AC-130H Gunship. 4ea. Applicable to:
Ac-130 Gunship. Destn: Robins Air Force Base Ga 31098-1611. Delivery:
30 Sep 96 4 ea Item 0005 NSN 1560-01-406-4927LG Rib, Stiffener,
Aircraft P/N: LEX-E-0634-2, MAT:. 040 CRES 321 ANL stainless steel in
accordance with Mil-std 6721. Func: Used as stiffener for I.R. Shield,
Lower Assembly. Dim: 12.75 x 26.61 x 23.36. Appl: AC-130H Gunship.
4ea. Applicable to: Ac-130h Gunship. Destn: Robins Air Force Base Ga
31098-1611. Delivery: 30 Sep 96 4 ea Telefax all request to (912)
926-7572. The approximate issue/response date will be 02 Jul 96. The
anticipated award date will be 30 Aug 96. Written procedure will be
used for this solicitation. First article test required. No telephone
requests. Only written or faxed requests received directly from the
requestor are acceptable. All responsible sources solicited may submit
a bid, proposal, or quotation which shall be considered. nnnn All
potential offerors should contact the buyer/PCO identified above or
additional information and/or to communicate concerns, if any, concer
ing this acquisition. If your concerns are not satisfied by the
contacti g officer, an Ombudsman has been appointed to hear serious
concerns tha are not resolved through established channels. The purpose
of the Ombuds an is not to diminish the authority of the program
director or contracting officer, but to communicate serious contractor
concerns, issues, disagreements, and recommendations to the
appropriate government pers nnel. When requested, the Ombudsman will
maintain strict confidentiality as to the source of the concern. The
Ombudsman does not participate in the evaluation of proposals or in the
source selection process. When appropriate, potential offerors may
contact Ombudsman James Grant, Ch ef, Contract Policy Division, at
912-926-2604. Please be prepared to ide tify previous contacts made by
you in an attempt to resolve you concerns. Offers in response to
solicitations under ten million dollars may be evaluated using the
competition for performance program as follows: While price will be a
significant factor in the evaluation of offers, the final contract
award decision may be based upon a combination of price and Past
performance factors as detailed in the solicitation. This acquisition
may/does involve technology that has a military or space application.
The only US contractors who may participate are those that are
certified and registered with DLSC (1-800-352-3572) and have a
legitimate business purpose. US contractors must submit a copy of their
current, approved DD Form 2345 with their request for solicitation. To
request this certification, write to the Commander, Defense Logistics
Services Center, ATTN: DLSC-FEB, Federal Center, Battle Creek MI
49017- 3084 and request a copy of Department of Defense Form 2345 or
call DLSC at the above number. The solicitation/data package will be
mailed to the data custodian identified in block 3 of the DD Form 2345.
The extent of foreign participation has not yet been determined. MOU
country sources must contact the Contracting Officer within 15 calendar
days of the date of this synopsis notice to receive a copy of the
solicitation at the time it is initially issued. Issuance of the RFP
will not be delayed to review requests from MOU country sources
received after 15 days or from non-MOU country sources. Nothing in this
notice contradicts other restrictions, 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 but could, if otherwise eligible,
participate as subcontractors). The Data Package for this requirement
is available on CD-ROM only. Aperture Cards are not available for this
procurement. The minimum set-up requirements to view this data package
are as follows: 386 DX/33; 4 Megabytes RAM; VGA Monitor; Mouse; 2X
(Dual Speed) CD ROM Drive; Microsoft Windows, Version 3.1 or Later; MS
DOS, Version 5.0 or Later. See Note (s) 1. (0164) Loren Data Corp. http://www.ld.com (SYN# 0152 19960613\15-0001.SOL)
15 - Aircraft and Airframe Structural Components Index Page
|
|