RECEIVER,RADAR
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.
1. Estimated issue date and estimated closing/response date:
Issue: 15 July 2022
Closes: 15 Aug 2022
2. RFP# SPRTA1-22-R-0116
3. Service/Spare/Repair/OH: Spares
4. AMC: 3D
5. Nomenclature/Noun: RECEIVER, RADAR
6. NSN: 5841-01-577-5559NR
7. PN: 5032025-110
8. History: NO HISTORY
9. Description/Function: RECEIVER, RADAR. Item Material: Metal chassis containing ESD sensitive components. LENGTH 30.5000 IN x WIDTH 29.3240 IN x HEIGHT 7.6200 IN x WEIGHT 132.0000 LB
10. Total Line Item Quantity: A firm fixed price contract is contemplated. The items, estimated quantities, application, and required deliveries are as follows:
Total Line Item Quantity: L/I 0001 – 2 each (minimum 1 each, maximum 3 each)
The best estimated quantity is subject to revalidation by the USAF.
11. Application (Engine or Aircraft): B-2 aircraft
12. Ship To: SW3211
Production Units Shipped to:
DLA DISTRIBUTION DEPOT OKLAHOMA
3301 F AVE CEN REC BLDG 506 DR 22
TINKER AFB, OK
73145-8000
USA
13. Required Delivery Date: Deliver 2 unit(s) on 14 MAR 2024. Early delivery is acceptable
14. Qualification Requirements do not exist.
15. Export Control Requirements: No
16. UID: UID requirements are applicable, however see IUID packaging document.
17. Qualified Source(s): RAYTHEON COMPANY (Cage: 4U884)
18. Set-aside: N/A
19. Mandatory Language:
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. In accordance with FAR 5.207(c)(16)(i), All responsible sources may submit a may submit a bid, proposal, or quotation which shall be considered by the agency. Interested persons/firms may identify their interest by submitting a capability statement, proposal, or quotation. This notice is not a request for competitive proposals. 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.
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.
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) 855-3556. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
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.sam.gov. No telephone requests. Only written or faxed requests received directly from the requestors are acceptable.
20. Questions concerning this synopsis or subsequent solicitation can be directed to buyer Gerard Harrigan, 405-739-9072, gerard.harrigan@us.af.mil.