COMMERCE BUSINESS DAILY ISSUE OF JULY 27,2000 PSA#2651 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 -- CAPTIVE AIR TRAINING MISSILE SOL F09603-00-R-41649 DUE 081500
POC Denise Pollard, Contracting Officer, Phone (912)926-0987, Fax
(912)926-5407, Email Denise.Pollard@robins.af.mil WEB: Visit this URL
for the latest information about this,
http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=F09603-00-R-41649&LocID=1202. E-MAIL: Denise Pollard,
Denise.Pollard@robins.af.mil. DESC: Synopsis: This is a fixed-price,
Indefinite Delivery/Indefinite Quantity (ID/IQ) contract for CAPTIVE
AIR TRAINING MISSILES (CATM B & C), applicable to the AIM-120 Missile.
One each First Article of both B & C configurations will be required
from any unqualified source. Line item 0001AA is for 1 each First
Article (CATM-B), NSN: 6920-01-411-1295AL, P/N: 3819509-106. Delivery
15 Nov 00. The Best Estimated Quantity (BEQ) for Line item 0001AB is
for 57 EA. Delivery 15 Feb 02. Line item 0002 is for 0-25 each CATM-C,
NSN: 6920-01-419-2214AL, P/N: 3819513-101. There are four (4) option
years at a minimum/maximum of 1-25 per year. Material: Tubing Steel
MIL-T-6736, Alloy 4130, Condition N. Function: AIM-120 Training
Missile, Simulates Live Missile. Dimensions: 144"x 7" Diameter. This
will be a small business set aside. The approximate issue date will be
31 Aug 00 with the approximate response date of 30 Sep 00. The
solicitation will be placed on the website at
http://pkec.robins.af.mil. The point of contact is Denise Pollard,
WR-ALC/LKKB, 460 2nd St, Suite 221, Robins AFB GA 31098-1640. Telephone
912-926-0987, FAX 912-926-5407, e-mail: Denise.Pollard@robins.af.mil.
The specifications, technical data package and results of the Risk
Workshop held in June are posted on the web at
http://pkec.robins.af.mil/rfp CATM for your viewing. 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 3672 (500 employees). All
potential offerors should contact the buyer/PCO identified above for
additional information and/or to communicate concerns, if any,
concerning this acquisition. 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 Readers' Guide.
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 a small business set aside, foreign sources may not participate
as potential prime contractors but could, if otherwise eligible,
participate as subcontractors). See Note(s) 1, 26. Posted 07/25/00
(D-SN478359). (0207) Loren Data Corp. http://www.ld.com (SYN# 0408 20000727\14-0001.SOL)
| 14 - Guided Missiles Index
|
Issue Index |
Created on July 25, 2000 by Loren Data Corp. --
info@ld.com
|
|
|