|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 5,1996 PSA#1735Department of the Air Force, ASC, Precision Strike System, PSO,
(ASC/YGK), 102 West D Avenue, Suite 168, Eglin AFB FL 32542-6807 10 -- PROCUREMENT OF AGM-130 ROCKET MOTOR ASSEMBLY POC Becky Kirk,
Contract Specialist, (904) 882-8515 ext 2242 or F. Jean Lavoie,
Contracting Officer, (904) 882-8515 ext 2117. The Precision Strike
System Program Office (YG), Aeronautical Systems Center, Weapons, Air
Base and Range (WAR) Product Support Office, plans to procure (subject
to availability of funds) the AGM-130 Rocket Motor Assembly
SR122-RD-1, Part No. HT005350, with an annual buy of up to 200 units in
fiscal years 1997 and 1998, inclusive of up to 100 units in fiscal
years 1997 and 1998 for potential Foreign Military Sales (FMS), and 100
units in fiscal years 1999, 2000, and 2001 until the Air Force
inventory is increased by 500 units. Although potential FMS
requirements need not be advertised IAW FAR 6.302-4, they are provided
herein for information purposes. All FMS requirements will be
supported by written justifications and approvals. The anticipated
contract type is Firm Fixed Price (FFP). The first procurement
increment will be for support of the eighth production lot of AGM-130
missiles. Procurement of an additional 400 units beyond the Lot 8
AGM-130 missile production is anticipated to support potential
increases in the Air Force inventory. It is expected that this
procurement will be completed by close of FY01. A reprocurement data
package is not available. The approved development specifications and
drawing package are available for information purposes by contacting
the Contract Specialist or Contracting Officer shown below. Responding
firms must have a secret level security clearance and certified access
to DOD Scientific and Technical Information (STINFO) and export
controlled information IAW DOD 5230.25 by the United States/Canada
Joint Certification Office, Defense Logistics Service Center, Battle
Creek, MI 49016-3412, 1-800-352-3572. Firms having applicable interest,
capability and background should submit particulars in accordance with
Numbered Note 25 to ASC/YGK, ATTN: Becky Kirk, 102 West D Avenue,
Suite 168, Eglin AFB, FL 32542-6807. Responses to this synopsis must be
received within 20 days from date of publication. Respondents will be
evaluated in the following areas: a) technical knowledge of the AGM-130
Rocket Motor Assembly sufficient to reliably produce this weapon
component which will meet specification requirements, b) ability to
assume design responsibility, produce, modify and build up AGM-130
WPU-9/B Propulsion Section, Part No. VM020002-301 (rocket motor
assembly plus a propulsion section kit provided as Government Furnished
Property) in the absence of a technical data package and deliver in
accordance with the required schedule, and c) ability to perform
acceptance tests of the AGM-130 WPU-9/B Propulsion Section (Part No.
VM020002-301) hardware using the approved Acceptance Test Procedures
(ATP). This synopsis is for information and planning purposes only,
does not constitute an IFB or RFP, and is not to be construed as a
commitment by the Government. After statements of capability have been
evaluated, a solicitation may be issued to those prospective sources
who, in the sole judgment of the purchasing activity, have the
potential of successfully fulfilling the requirements of the planned
contract. Firms responding to this synopsis should state whether they
are or are not a small business concern as defined in FAR 52.219-1. The
Air Force reserves the right to consider a small business set-aside
based on responses hereto. This requirement may be pursued sole source
if the Air Force determines that only one source is capable of
satisfying the requirements. An ombudsman has been appointed to hear
concerns from offerors or potential offerors during the proposal
development phase of this acquisition. The purpose of the Ombudsman is
not to diminish the authority of the Program Manager or Contracting
Officer, but to communicate contractor concerns, issues, disagreements,
and recommendations to the appropriate government personnel. 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. Interested
parties are invited to call Col Timothy R. Kinney at (904) 882-9051.
The Ombudsman should only be contacted with issues or problems that
have been previously brought to the attention of the Contracting
Officer and could not be satisfactorily resolved at that level. For
contracting questions or submission of a qualification package, contact
Ms. Becky Kirk, Contract Specialist, (904) 882-8515, Ext. 2242, or Ms.
Jean Lavoie, Contracting Officer, (904) 882-8515, ext 2117. For
technical information, contact Terrel Hanna, (904) 882-8515, ext 2087.
Collect calls will not be accepted. Numbered Notes 25 and 26. (0338) Loren Data Corp. http://www.ld.com (SYN# 0133 19961205\10-0004.SOL)
10 - Weapons Index Page
|
|