The RFP Database
New business relationships start here

CIRCUIT CARD, ASSEMBLY


Oklahoma, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

PR Number(s): FD20301500316ADV Item: 0001 NSN: 5998015810570FW CIRCUIT CARD, ASSEMBLY P/N: 5199350-28, P/N: 5199350-70, P/N: 5199350-75, Description: The Power Management Module serves a number of functions from RF power management and monitoring to ... Supp. Description: The CCA contains various electronic components as follows: capacitors, transistors, microcircuit-lin... Best Estimated Qty: 8.0000 EA
Destn: SW3211,N/A, , - . Delivery: 15JUN2016 On or Before, 8.00 EA
Duration of Contract Period: TBD
Electronic procedure will be used for this solicitation.
IAW FAR 5.207(c)(15)(ii), All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency
1. Estimated issue date and estimated closing/response date: Issue:      13 November 2014 Closes: 15 December 2014
2. RFP# SPRTA1-15-R-0047; PR: FD203015-00316ADV. 3. Service/Spare/Repair/OH: Spares.
4. AMC: 4/D.
5. Nomenclature/Noun: Circuit Card Assembly (CCA).
6. NSN: 5998-01-581-0570FW.
7. PN: 5199350-75.
8. History: Last procured: No recent procurement history available.
9. Description/Function: DIM: L= 10.0000 in; W= 6.0000 in; H= 1.5000 in; WT= 3.5000 (LB). Material: The CCA contains various electronic components as follows: capacitors, transistors, microcircuit-linear, resistors-fixed, wire, solder, terminals, spacers, tubing, printed wiring board, grommet-insulator, connectors, and connector supports. Function: The Power Management Module serves a number of functions from RF power management and monitoring to status and control of the waveguide switches.
10. Total Line Item Quantity: L/I 0001: 8 each; Range: Min: 2; Max: 12.
11. Application (Aircraft): B-2.
12. Destination: L/I 0001: SW3211, Tinker AFB, OK.
13. Required Delivery: L/I 0001: 8 each on or before 15 Jun 2016.
14. Qualification Requirements: Do not exist.
15. Export Control Requirements: No.
16. UID: Note to Contractor: If unit price exceeds $5,000, then UID requirements will apply.
17. Qualified Sources: Raytheon Company (Cage Code: 4U884).
18. Set-aside: N/A.
19. Mandatory Language:
In accordance with FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contract with the firms(s) listed.
Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services.
Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer
Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.fbo.gov.
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. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302.
This notice of intent is not a request for competition. However, all proposals received within 45 days (30 days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation.
Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate 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. Interested parties are invited to call the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Request for written quotation will be issued. Only written or faxed request received directly from the requestors are acceptable. The anticipated award date will be 60 days after the issuance of this notice.
20. Buyer's Contact Information: Questions concerning this synopsis or subsequent solicitation can be directed to the buyer, John Nolan, 405-739-9081, john.nolan.8@us.af.mil.

John Nolan, Phone 405-739-9081, Fax - - , Email john.nolan.8@us.af.mil - Erin Akin, Phone 405-739-9071, Fax 000-000-0000, Email erin.akin@us.af.mil

John Nolan

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP