|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 6,1996 PSA#1652Wr-Alc/Lfk, 296 Cochran St, Robins Air Force Base Ga 31098-1622 J -- DEPOT REPAIR/MODIFICATION F-15 ITEM SOL F09603-96-R-21505 DUE
091896 POC For copy, Charles L. Brooks/Lfka/912-926-1763, For
additional information contact Charles L. Brooks/Lfka/912-926-1763
Responsible for the management of depot repair/modification of F-15
airframe, hydromechanical, electrical, and avionic assemblies and
associated intermediate and depot support equipment. Responsible for
management of program management schedule, performance, risks,
contracts and subcontracts, vendors, and data. Also, maintain clear
Government access into program schedule, technical performance, and
risk. This requirement is for a three year contract contemplating
contractor lay-in of parts. Provide all functions required in the
receiving, asset accountability and tracking by document number/serial
number/national stock number, depacking, packaging, handling, crating,
inspection, storage, test bench checks and the disassembly required to
locate and repair/modification of the areas indicated as faulty to
assure a serviceable end item. Must possess a management background in
aircraft maintenance repair and modification. Contractor's facility
must be located within 10 mile radius of RAFB, GA to include persons
with contracting and other decision making authority. Contractor shall
furnish all office equipment and supplies. This is an FMS Requirement.
No Government Furnished Material (GFM) or Property (GFP) are
authorized. Delivery for Critical Items: 45 Days Turnaround Time from
receipt of asset. Delivery for Non-Critical: 46-75 Days Turnaround Time
from receipt of asset. For copy of solicitation, contact Chuck
Brooks/LFKA/912-926-1763. FAX NR 912-926-7544 or 912-929-0171. The
approximate issue/response date will be 19 Aug 96. 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. 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). See Note (s) 26. (0215) Loren Data Corp. http://www.ld.com (SYN# 0036 19960805\J-0002.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|