Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 9, 2001 PSA #2825
SOLICITATIONS

14 -- TORQUE MEASUREMENT ASSEMBLY

Notice Date
April 5, 2001
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-F09603-01-R-40463
Response Due
April 26, 2001
Point of Contact
Brantley (Glenn) Miller, Contract Negotiator, Phone (478)926-1067, Fax (478)926-5407, Email Brantley.Miller@robins.af.mil
E-Mail Address
Brantley (Glenn) Miller (Brantley.Miller@robins.af.mil)
Description
DESC: Synopsis: The Government plans to award a Competitive firm fixed price type contract for the manufacture of 2 each (Item 0001) production items plus 1 each (Item 0001A) First Article for TORQUE MEASUREMENT ASSEMBLY, NSN: 4935-01-165-5964, P/N: 757330-10, applicable to AIM-9 MISSILE. There are also three (3) out-year options with ranges of 1-2 each for each out-year option. Government testing of the First Article will be required. Material: Numerous. Function: Servo output test. Dimensions: Approximately 8" X 8" X 3". The approximate solicitation issue date will be 27 Apr 01 with the approximate response date of 29 May 01. The approximate delivery date: Item 0001 is 31 March 2002, Item 0001A is 120 days after award of contract. Solicitation can be viewed at the following WEB location: http://pkec.robins.af.mil/rfpcomp.htm. Buyer information: Brantley (Glenn) Miller, WR-ALC/LKKB, 460 Richard Ray Blvd, Suite 221, Robins AFB GA 31098-1640. Telephone 478-926-1067, FAX 478-926-5407, 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 North American Industry Classification System (NAICS). 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. 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 478-926-2604. 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 and
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=Reference-Number-F09603-01-R-40463&L=1202)
Record
Loren Data Corp. 20010409/14SOL002.HTM (D-095 SN50I453)

14 - Guided Missiles Index  |  Issue Index |
Created on April 5, 2001 by Loren Data Corp. -- info@ld.com