Cable Assembly set
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
This requirement is for a firm-fixed price contract with 3-1 year Options for Cable Assembly set NSN: 5995-01-518-6777; Part Number 17G690549-1. The Basic is for Qty of 2 each (includes first article), Test Plan (1 LO), and Test Report (1 LO). The 3-1 year Options are based on Qty range of 1-2 each. To load OFP software to the LRU at the organizational and intermediate level of maintenance. This requirement will be a set-aside for Small Business.
Offerors shall prepare their proposals in accordance with mandatory, explicit and detailed instructions contained in the RFQ. All responsible Small Business sources may submit a proposal to be considered by the contracting agency. The Government will utilize the Past Performance Information Retrieval System (PPIRS), Excluded Parties List System (EPLS), and other Government databases to determine contractor status before evaluating proposals. Proposal will be evaluated based on criteria stated in the RFQ.
We anticipated release of the RFQ on or around 15 November 2017 with an estimated response date of 15 December 2017. The RFQ 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 Barry.frank@us.af.mil; telephone 478-222-4904. All data for this weapon system is considered EXPORT CONTROLLED.