|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 24,1998 PSA#2058Sa-Alc/Power Systems Branch, 500 Perrin, Suite #3, Kelly AFB, Texas
78241-6449 J -- OIL PUMP & GOVERNOR, (LH), (RH), SWIT SOL F41608-98-R-34525 DUE
050798 POC For copy, Fax request to LDKJ at (210)925-1058, For
additional information contact Cook, D/Ldkj/[210]925-8881 A five (5)
year requirement contract for overhaul of: Item Nr. 1: Oil Pump and
Governor Assembly, Left Hand Assembly, NSN 4320-01-332-7070YP, P/N
366870-12, Applicable to F-15 Aircraft, Annual Best Estimated Quantity
(BEQ) is 400. each, Total BEQ is 2,000. each. FUNCTION: Oil Pump &
Governor provide the only means of starting the F-15 primary propulsion
engines. Item Nr 2: Oil Pump and Governor Assembly, Right Hand
Assembly, NSN 4320-01-332-7069YP, P/N 366870-11, Applicable to F-15
Aircraft, Annual BEQ is 200. each, Total BEQ is 1,000. each. FUNCTION:
Oil Pump & Governor provide the only means of starting the F-15
primary propulsion engines. Item Nr 3 Switch and Oil Pump, NSN
2835-01-035-9701, P/N 367111-4, Applicable to F-15 Aircraft. Annual BEQ
is 200. each, Total BEQ is 1,000. each. FUNCTION: Works with left and
right hand oil pump and governor. Over & Aboe hours for the 3 items
identified above is 12 hours per year or 60 hours total. Data and
military packaging applicable to the above 3items is required. Quality:
ANSI/ANSQ 9002 or equivalent applies. Repairs to be performed in
accordance with Appendix A and all applicable technical orders
referenced therein and in acccordance with Appendix C. Contractor shall
be required to furnish all materials. Government Furnished Materials,
Government Furnished Equipment, and Contractor Acquired Property ARE
NOT AUTHORIZED. QUALIFICATION REQUIREMENTS: Sources must be qualified
prior to consideration for award. Qualification Requirements will be
synopsized and will be included as an attachment to the solicitation.
FAX requests for solicitation to D.Cook/SA-ALC/LDKJ/(210)-925-1058
Qualification requirements: Sources must be qualified prior to being
considered for award. The solicitation will contain instructions for
obtaining further information on this requirement. The requirements of
FAR 9.202(A) have been completed and copies of the qualification
requirements and standards may be obtained as described in the
solicitation. These qualification requirements apply to line item(s)
All The approximate issue/response date will be 07 Apr 98. To:
Alliedsignal Inc, Tempe Az 85282 0000. 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. See Note
(s) 9, 22, 23, 26.. (0078) Loren Data Corp. http://www.ld.com (SYN# 0036 19980324\J-0003.SOL)
J - Maintenance, Repair and Rebuilding of Equipment Index Page
|
|