Federal Bid

Last Updated on 06 Jul 2002 at 5 AM
Solicitation
Location Unknown

59 -- Solenoid Electrical Appl LAU-128/129

Solicitation ID F09603-02-Q-40271
Posted Date 29 Mar 2002 at 5 AM
Archive Date 06 Jul 2002 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Pk/Pz - Robins Afb
Agency Department Of Defense
Location United states
Solenoid Electrical Appl LAU-128/129 SOL F09603-02-Q-40271 Anticipated solicitation issue date will be 15 Apr 2002 and anticipated quote due date will be 30 days thereafter, e.g. 15 May 2002. To obtain a userid and password to access data, contact, WR-ALC/PKXOC include mfg code and certification number (see below). For additional information contact Sharon Gravely LKKA 9478)926-0987 or Bill Downs/LKKA/[478]926-0867 fax 478-926-5407 or email [email protected]. Description: Item 0001 NSN 5945-01-357-5082AL P/N: 653752-3, Dim: 2.5" Dia X 3" Long; Matl: Steel, aluminum & Copper Wire. Function: Used to activate Umbilical Actuator Assembly.. Simplified Acquisition Procedures (SAP) apply in accordance with FAR part 13. Insurance Policy procedures as described below. Mission Essential Qty (MEQ) 40, 8 First/Articles (expended), Prod Option 3 ea, 4 outyear Options: Opt 1 1-25 ea; Opt 2 1-25 Ea.; Opt 3 1-25 ea; Opt 4 1-25 ea. Applicable to: LAU-128A/129A, AMRAAM Missile. Destn: to be determined . Delivery: Aug 2002. To obtain UserID & password to access export controlled data send information to Fax Number (478) 926-7572; see instructions below on obtaining a certification number. The anticipated award date will be 20 May 2002. Electronic procedure will be used for this solicitation. Solicitation will be posted on FedBizOpps.. Previously qualified sources: Marvin Engineering Co Inc, Inglewood CA 90302-2903 (Cage 32067); Lucas Automation (Cage 81840 - Now TRW) and Hughes (Cage 15090 - now Raytheon.) First article test required from any unproven source. 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). 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 contacting officer, an Ombudsman has been appointed to hear seriousconcerns 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 in the source selection process. When appropriate potential offerors may contact Ombudsman Kathy Cames, 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. See Note (s) 1, 22, 26.
Bid Protests Not Available

Similar Past Bids

Location Unknown 14 Feb 2002 at 5 AM
Location Unknown 02 Jun 2000 at 5 AM
Location Unknown 05 Dec 2002 at 5 AM
Location Unknown 22 Jun 2005 at 5 AM
Location Unknown 23 Jun 2005 at 5 AM

Similar Opportunities