|
COMMERCE BUSINESS DAILY ISSUE OF JULY 11,1996 PSA#1634Wr-Alc/Pkxoa, 235 Byron St, Robins Air Force Base Ga 31098-1611 59 -- PARENT BOARD SOL F09603-96-R-40599 DUE 082896 POC For copy, MAIL
TO ABOVE ADDRESS include mfg code, For additional information contact
Liberty Edenfield/Lkkb/(912)926-0871 Item 0001 NSN 5998-01-387-9317AB
P/N: 639AS7986, Dim: 3 x 2.39. Func: Module board assy. 42ea. Opt 01 50
ea, Opt 02 50 ea Applicable to: Gcs On Aim-9 Missile. Destn: Robins Air
Force Base Ga 31098-1611. Delivery: 31 Dec 96 42 ea Alternate delivery
quantities: Alt A To obtain a copy of solicitation package send a
written request or a FAX (912) 926-7572. The approximate issue/response
date will be 29 Jul 96. The anticipated award date will be 13 Sep 96.
Written procedure will be used for this solicitation. To: Loral
Aerospace Corp, Rancho Santa Margarit Ca 92688-7004. To: Raytheon Co,
Andover Ma 01810 4420. 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. Authority: 10
U.S.C. 2304(C)(1), 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. The proposed contract action is for supplies and services
for which the Government intends to solicit and negotiate with only
one, or a limited number of sources under the authority of FAR 6.302.
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 forty five-days (thirty days if award is issued under
an existing basic ordering agreement) 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.
Information received will normally be considered solely for the purpose
of determining whether to conduct a competitive procurement. This
acquisition will be processed in accordance with AFMC FAR Sup
5352.217-9018 (Mission Essential Quantity): If a proven source is not
the low offeror, the basic quantity may be split into a First Article
quantity, for award to the low unproven offeror, and a Minimum
Essential Quantity, for award to the proven source, with the balance of
the requirement established as options in both contracts. Authority 10
U.S.C. 2304(c)(1), ''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'' may
apply. Numbered Note 22 applies only to the quantity identified as the
mission essential quantity 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. (0191) Loren Data Corp. http://www.ld.com (SYN# 0431 19960710\59-0001.SOL)
59 - Electrical and Electronic Equipment Components Index Page
|
|