|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,1998 PSA#2150Directorate Of Contracting, Oo-Alc 6050 Gum Lane/Bldg 1215, Hill Air
Force Base, Ut 84056-5825 13 -- CARTRIDGE, IMPULSE SOL F42630-98-R-2022 DUE 091898 POC For copy,
PKX-2/Pamala Chaffee/(FAX)801-777-7522, For additional information
contact Genee Ringel/Likm/[801]775-2093 Item 0001 NSN
1377-01-269-8058ES P/N: 2685200-201-02, P/N 1377-MT75 Cartridge is a
cylindrical device with L shaped SMDC input ports on the top. Primary
material -- housing, steel. Net explosive weight 0.0010 lbs, 2.25"
length X 2.00" diameter. Ballistically initiated device used in the
B-1B acft emergency egress system. Alternate NSN: 1377-01-454-9875ES,
P/N:6130200 72ea. Applicable to: B-1. Destn: Hill Air Force Base, Ut
84056-5825. Delivery: 31 Dec 99 72 ea Item 0002 NSN 1377-01-269-8059ES
Initiator, Cartridge P/N: 2685300-301-02, Initiater is a cylindrical
device with a threaded gas input port on one end and two threaded SMDC
output port on the top. Primary material -- housing, steel. Net
explosive weight 0.0010 lbs, 2.25" length X 2.00" diameter.
Ballistically initiated device used in the B-1B acft emergency egress
system. Alternate NSN: 1377-01-787-9874ES, P/N: 6130300 46EA.
Applicable to: B-1. Destn: Hill Air Force Base, Ut 84056-5825.
Delivery: 31 Dec 99 46 ea Item 0003 NSN 1377-01-270-0860ES Cartridge,
Impulse P/N: 2684200-201-02, Device is a ballistacally initiateddevice.
Primary material is a steel cylindrical housing surrounding the
explosive train. Net explosive weight is 0.0500 lbs length 2.88" x
2.12" wide. Device is part of the B-1B crew escape system. Alternate
NSN: 1377-01-454-9562ES, P/N: 6131200 81ea. Applicable to: B-1. Destn:
Hill Air Force Base, Ut 84056-5825. Delivery: 31 Dec 99 81 ea Item
0004 NSN 1377-01-270-0861ES Initiator, Cartridge P/N: 2684300-301-02,
This is a ballistically initiated device. Primary material is steel
cylindrical housing explosive train. Net explosive weight is 0.0010
lbs, length 2.25" X 2.00" width. Device is part of the B-1B acft crew
escape system. Alternate NSN: 1377-01-454-9860ES, P/N: 6131100 Copy of
solicitation may also be obtained at website
http://contracting.hill.af.mil/html/3098r2022/com3098r2022.htm 47ea.
Applicable to: B-1b Acft. Destn: Hill Air Force Base, Ut 84056-5825.
Delivery: 31 Dec 99 47 ea 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 Item must meet all requirments as stated in
drawing L287C2031 cage 4399. The approximate issue/response date will
be 19 Aug 98. To: Oea Aerospace Inc, Fairfield Ca 94533-0659. To: Scot
Inc, Downers Grove Il 60515-0705. 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. Award will be made only
if the offeror, the product/service, or the manufacturer meets
qualification requirements at the time of award in accordance with FAR
clause 52.209-1. The solicitation identifies the office where
additional information can be obtained concerning qualification
requirements is cited in each individual solicitation. It is suggested
that small business firms or others interested in subcontracting
opportunities in connection with the described procurement make contact
with the firm(s) listed. Request for copies of solicitations must
reference the entire solicitation number, including purchasing office
identification number. To expedite your request, limit the number of
individual solicitation numbers requested per letter to not more than
10. Don't request information on this requirement until after the issue
date. 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 director 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 Brent W. Kendall if your concerns are not
satisfied by the contracting officer (801)777-6991. ATTENTION:
Contractor must be registered with Central Contractor Registration by
1 Jun 98 to be eligible for contact award or payment from any DOD
activity. Information on registration and annual confirmation
requirements may be obtained by calling 1-888-227-2423, or via the
Internet at http://ccr.edi.disa.mil This acquisition involves data that
are subject to export control laws and regulations. Only contractors
who are registered and certified with the Defense Logistics Services
Center (DLSC) shall be provided copies of the solicitation or other
data subject to foreign disclosure restrictions. Contact the Defense
Logistics Services Center, 74 Washington Avenue N., Battle Creek,
Michigan 40917-3084 (1-800-352-3572) for further information on the
certification process. You must submit a copy of your approved DD Form
2345, Military Critical Technical Data Agreement, with your request
for the solicitation. Posted 07/30/98 (I-SN230292). (0211) Loren Data Corp. http://www.ld.com (SYN# 0276 19980803\13-0013.SOL)
13 - Ammunition and Explosives Index Page
|
|