Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2003 FBO #0475
SOLICITATION NOTICE

28 -- Body Assembly Differential

Notice Date
3/18/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
Reference-Number-FD20300350021
 
Response Due
4/4/2003
 
Archive Date
4/19/2003
 
Point of Contact
Alan Battles, Contract Negotiator, Phone 405-734-8115, Fax 405-734-8106, - Tony Veal, Contract Negotiator, Phone (405) 734-8111, Fax (405) 734-8129,
 
E-Mail Address
alan.battles@tinker.af.mil, frederic.veal@tinker.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document, incorporated provisions and clauses are those in effect through FAC 97-20. The solicitation number is for FD 2030-03-50021. The solicitation is a request for quotation (RFQ). Closing date for quotations will be received at the issuing office until 3:00 PM on 13 Apr 03. Source(s) is/are (Cage 66503) Woodward Governor Company, 5001 No. 2d Street, Rockford, IL 61125. Size/Dimension: Assembly consists of two (2) parts: 3126-033 and 2178-070. The North American Industry Classification System Code (NAICS) is 336412. This is a requirement for Line Item 0001: NSN: 2915-01-050-2678OP. Noun: BODY ASSMBLY DIFFERENCIAL. Form/Fit/Function: Item used with the Main Fuel Control Operation of the T34-100A engine. Predominate Material: Aluminum Casting Anodized. Qty: 7 ea; P/N: 4033-581; government and commercial surplus are acceptable, IAW FAR provisions: E420, E-423, and E-425. SPECIAL REQUIREMENTS: This part is source controlled by Woodward Governor Co.. Items shall be inspected by contractor for conformance to 100% of dimensions of drawing at the contractor’s facility and witnessed by a government quality representative (QAR). Parts that are new/unused government/commercial surplus showing no sign of rust, corrosion or evidence of deterioration from age, improper packing or evidence of disassembly or reconditioning in any manner are accepted. Failure of this item can cause unsafe and unreliable Main Fuel Control Operation. The effect s of reconditioning, modifying and wear on this part cannot adequately be determined. Therefore, new/unused parts are the only acceptable surplus category. Place of delivery and acceptance is: Tinker AFB OK (FB2039). Required delivery schedules are as follows: 7 ea for MAY 2004. Qualification Requirements: Sources must be qualified prior to being considered for award. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. Qualification requirements apply to line item(s) 0001. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: Instructions to Offerors-Commercial Items (Oct 2000); FAR 52.212-2, Evaluation-Commercial Items (Jan 1999); FAR 52.212-3, Offerors, Representations and Certifications-Commercial Items (Jul 2002); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implements Statutes or Executive Orders-Commercial Items (May 2002); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities(Jun 1998); FAR 52.222-37, Employment Reports or Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); FAR 52.222-41, Service Contract of 1965, as Amended (May 1989); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); FAR 52.247-29, FOB Origin (Jun 1988); FAR 52.252-4, Alterations in Contract (APR 1984); DFARS 252.212-7001, Contract Terms and Conditions Required to Implements Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2002); DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Sep 1999); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Mar 1998); DFARS 252.225-7028, Exclusionary Policies and Practices of Foreign Government (Dec 1991); DFARS 252.225-7035, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate (Mar 1998); DFARS 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program (Mar 1998); DFARS 252.227-7037, Validation of Restrictive markings on Technical Data (Sep 1999). The full text of any clause can be found at: http//: farsite.hill.af.mil. Quotes are due by 3:00 p.m., 13 Apr 03. Quotes should be mailed/E-mailed or faxed to to: Alan Battles/LPDAA, 3001 Staff Drive Ste 2AC1/109H, Tinker AFB OK 73145. Contact Alan Battles at 405-734-8115 for information regarding this solicitation. Fax number is 405-734-8106. E-mail address is Alan.Battles@tinker.af.mil
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/OCALCCC/Reference-Number-FD20300350021/listing.html)
 
Record
SN00282415-F 20030320/030319070035 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.