Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 3,1998 PSA#2150

Directorate 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