Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 7,2000 PSA#2616

Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron Street, Robins AFB, GA, 31098-1611

14 -- GUIDED MISSILE FIN ASSEMBLY SOL Reference-Number-F09603-00-41630 DUE 062700 POC Brantley Miller, Contract Negotiator, Phone (912)926-1067, Fax (912)926-5407, Email Brantley.Miller@robins.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=Reference-Num ber-F09603-00-41630&LocID=1202. E-MAIL: Brantley Miller, Brantley.Miller@robins.af.mil. DESC: Synopsis: This is a fixed-price contract for GUIDED MISSILE FIN ASSEMBLY, NSN: 6920-01-295-3826WR, P/N: 7036180-1, applicable to AIM-120A/B CATM. There is a Mission Essential Quantity (MEQ) of 16 each, a Production Quantity of 38 each, and 2 First Articles (1 expended in testing). Delivery: 31 October 2000. Material: Nickel Alloy AMS 5596. Function: Simulates live missile fins. Dimensions: Approximately 12.4000 in. Base X 8.63 in. High. The approximate solicitation issue date will be 28 June 00 with the approximate response date of 28 Jul 00. Request copy of solicitation from Brantley Miller, WR-ALC/LKKB, 460 2nd St, Suite 221, Robins AFB GA 31098-1640. Telephone 912-926-1067, FAX 912-926-5407, e-mail: Brantley.Miller@robins.af.mil. Only written or faxed requests received directly from the requester are acceptable. The request for solicitation should contain Company Name, Address, Point of Contact, Cage Code Number, Size of Business pursuant to Standard Industrial Classification (SIC) Code 3728 (1000 employees). MEQ SOLE SOURCE to: Marvin Engineering (32067). 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. All potential offerors should contact the buyer/PCO identified above for additional information and/or to communicate concerns, if any, concerning this acquisition. This acquisition will be processed in accordance with AFMC FAR Sup 5352.217-9018 (Mission Essential Quantity): If a proven source is not the low offeror, the basic quantity may be split into a First Article quantity, for award to the low unproven offeror, and a Minimum Essential Quantity, for award to the proven source, with the balance of the requirement established as options in both contracts. Authority 10 U.S.C. 2304(c)(1), "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" may apply. Numbered Note 22 applies only to the quantity identified as the mission essential quantity in the solicitation. 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). The Data Package for this requirement is available on CD-ROM only. Aperture Cards are not available for this procurement. The minimum set-up requirements to view this data package are as follows: 386 DX/33; 4 Megabytes RAM; VGA Monitor; Mouse; 2X (Dual Speed) CD ROM Drive; Microsoft Windows, Version 3.1 or Later; MS DOS, Version 5.0 or Later. If your concerns are not satisfied by the contracting Officer, an Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. The purpose of the Ombudsman is not to diminish the authority of the program director or Contracting Officer, but to communicate serious 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. When appropriate, potential offerors may contact Ombudsman James Grant, Chief, Contract Policy Division, at 912-926-2604. Please be prepared to identify previous contacts made by you in an attempt to resolve your concerns For assistance in interpreting the CBD announcements, please see the CBD Reader' Guide. See Note(s) 1, 22, 26. Posted 06/05/00 (D-SN461456). (0157)

Loren Data Corp. http://www.ld.com (SYN# 0154 20000607\14-0001.SOL)


14 - Guided Missiles Index Page