Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 1, 2000 PSA #2718
SOLICITATIONS

14 -- PROTECTIVE COVER

Notice Date
October 30, 2000
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron Street, Robins AFB, GA, 31098-1611
ZIP Code
31098-1611
Solicitation Number
Reference-Number-FD2060-01-41604
Response Due
November 21, 2000
Point of Contact
Brantley (Glenn) Miller, Contract Negotiator, Phone (912)926-1067, Fax (912)926-5407, Email Brantley.Miller@robins.af.mil
E-Mail Address
Brantley (Glenn) Miller (Brantley.Miller@robins.af.mil)
Description
DESC: Synopsis: This is a small business set-a-side for a firm fixed-price contract for PROTECTIVE COVER, NSN: 5935-01-411-6300AL, P/N: 654446-5, applicable to LAUNCHER 128A/129A. There is a Mission Essential Quantity (MEQ) of 800 each, a Production Quantity of 200 each, and 12 First Articles (3 expended in testing). There are two (2) out-year option periods ranging in quantities of 1-150 each. Delivery: 31 May 2001. Material: Aluminum alloy and steel. Function: Part of mechanical linkage that unlocks missile on both ends. Dimensions: Approximately 1.5" diameter x .885" thick. The approximate solicitation issue date will be 21 Nov 00 with the approximate response date of 22 Dec 00. Request copy of solicitation from Brantley Miller, WR-ALC/LKKB, Richard Ray Blvd, 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 3644 (500 employees). MEQ SOLE SOURCE to: Hi-Rel Connectors (34222). 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.
Web Link
Visit this URL for the latest information about this (http://www2.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=Reference-Number-FD2060-01-41604&LocID=1202)
Record
Loren Data Corp. 20001101/14SOL001.HTM (D-304 SN5054R2)

14 - Guided Missiles Index  |  Issue Index |
Created on October 30, 2000 by Loren Data Corp. -- info@ld.com