This effort is for a Requirements, Indefinite Delivery contract with one (1) basic year and 4-(1) year options, that contains Firm Fixed Price (FFP) and Cost Plus Fixed Fee (CPFF) Contract Line Item Numbers (CLINs) for the ALQ-131, ALQ-172, and ALQ-161 Repair of Shop Replacement Units (SRUs), Line Replacement Units (LRUs), and Test Replacement Units (TRUs) of various NSNs, with an estimated total quantity of XX. The weapons system platforms includes all labor, services, facilities, and replacement parts necessary to return unserviceable Government SRU, LRU, and TRU assets to serviceable condition. These units are used in the defensive protection for the F-16, A-10, B-1B bomber, the B-52 aircraft, as well as various models of the C-130 aircraft. The Basic is for quantities from 2-105 each of the various NSNs. The 4-(1) year Options are for quantities from 2-105 each of the various NSNs for (Option Year I), (Option Year II), (Option Year III), and (Option Year IV).
The offeror shall prepare their proposal in accordance with mandatory, explicit and detailed instructions contained in the RFP. The government does not own the technical drawings required to produce/repair these components. The government intends to solicit and negotiate with Other Than Full and Open Competition as prescribed by FAR 6.302-1(a) (2). There is only one responsible source, Teledyne Defense Electronics, LLC, DBA Teledyne Microwave Solutions, CAGE CODE 11312, which can fulfill this acquisition for these various NSNs. Teledyne is the only qualified source that has the expertise, facilities and equipment to provide support of these NSNs. All NSNs for this effort are proprietary items to Teledyne for which the Air Force does not own the internal engineering data or technical data required to repair, modernize, or produce spares.
We anticipate the release of the RFP on or around January 18, 2021 with an estimated response date of 18 February 2022. The RFP and all attachments will be posted to the Federal Business Opportunities webpage (http://www.fbo.gov/). If you have questions or concerns related to this acquisition, contact the Contracting Specialist at email [email protected] or the Contracting Officer at email [email protected]
NOTES:
1. Hard copies of the solicitation will not be provided. You may, however, download and print the file from the website http://www.fedbizopps.gov.
2. There is no fee for this solicitation.
3. Include live working copy of the proposal in Excel format.
4. Contractors that are Debarred, Suspended, or Proposed for Debarment are excluded from receiving contracts. Agencies also shall not consent to subcontract with these contractors.
5. If the proposal cost/price exceeds the TINA threshold ($2,000,000.00), contractors must submit certified cost or pricing data.