Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2003 FBO #0612
SOLICITATION NOTICE

15 -- MANUFACTURE OF PYLON BEAMS FOR C-5 AIRCRAFT

Notice Date
8/1/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
F09603-03-Q-35184
 
Response Due
8/25/2003
 
Archive Date
10/1/2003
 
Point of Contact
Mike Shelley, Contract Negotiator, Phone (478) 926-7403, Fax (478) 926-7649,
 
E-Mail Address
Mike.Shelley@robins.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
DESC: WR-ALC/LAKA intends to award a Firm-Fixed Price five-year IDIQ contract for Pylon Beams applicable to the C-5 aircraft. 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. The announcement number is F09603-03-Q-35184. This solicitation is issued as a Request for Quote (RFQ). The North American Industry Classification System (NAICS) code for this acquisition is 336413, with a small business standard size of 1000 employees. This is a 100% small business set-aside to Thomas Instruments (5H860) and Morris Machine Co. Inc. (05183). Please identify your business size in your response based upon this standard. The requirement is for CLIN 0001, NSN: 1560-01-470-7361UC, P/N: 1987M87G04, SIZE/FUNCTION/MATERIAL: 4? H X 60? W X 3.5? D, Approx. 13 lbs., Extruded Aluminum, prefabricated item of various shapes and size specifically designed to be with other pylon components beam plate, tie rod connectors mounted to the forward ring, making the support assembly for the Translating cowl Thrust Reverser. The translating cowl is supported by Teflon shoes that ride on the inner and outer surfaces of the pylon support beams. The translating cowl is also supported by means of T-shaped sliders attached to the translating cowl at the pylon-split on each side of the pylon. The sliders are contacting surfaces of the sliders are covered with Teflon to reduce friction and have the wear accumulate on a replaceable part. SCHEDULE: Ordering Period One consists of a production quantity of 25 ea. Ordering Periods Two ? Four (CLINs 1001-4001) consists of quantity ranges of 10-18 ea, 19-26 ea and 27-34 ea. DELIVERY: Production articles shall be delivered FOB Origin to (FB2065) D035K DEPOT SUPPLY, DDWGER-DLA CENTRAL RECEIVING, 455 BYRON ST, ROBINS AFB GA 31098, MARK FOR: ACCT 09. Delivery schedule for the production articles and each quantity range is 12 months after receipt of order. CLIN 0002, NSN: 1560-01-470-8351UC, P/N: 1987M87G03, SIZE/FUNCTION/MATERIAL: 4? H X 60? W X 3.5? D, Approx. 13 lbs., Extruded Aluminum, prefabricated item of various shapes and size specifically designed to be with other pylon components beam plate, tie rod connectors mounted to the forward ring, making the support assembly for the Translating cowl Thrust Reverser. The translating cowl is supported by Teflon shoes that ride on the inner and outer surfaces of the pylon support beams. The translating cowl is also supported by means of T-shaped sliders attached to the translating cowl at the pylon-split on each side of the pylon. The sliders are contacting surfaces of the sliders are covered with Teflon to reduce friction and have the wear accumulate on a replaceable part. SCHEDULE: Ordering Period One consists of a first article quantity of 1 ea and a production quantity of 25 ea. Ordering Periods Two-Four (CLINs 1002-4002) consists of quantity ranges of 10-18 ea, 19-26 ea and 27-34 ea. DELIVERY: First Article shall be delivered FOB Destination to (FD2060) DLA CENTRAL RECEIVING, DDWGER, 455 BYRON ST, ROBINS AFB GA 31098-1887, MARK FOR: Special Handling, First Article Unit. Production articles shall be delivered FOB Origin to (FB2065) D035K DEPOT SUPPLY, DDWGER-DLA CENTRAL RECEIVING, 455 BYRON ST, ROBINS AFB GA 31098, MARK FOR: ACCT 09. Delivery schedule for the first article is 180 Days after receipt of order. Delivery schedule for the production articles is 185 Days after approval of first article. Delivery schedule for each quantity range is 12 months after receipt of order. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-10. FAR 52.212-1, Instructions to Offerors-Commercial Items ? (Oct 00), and any addenda to the provision as listed in this notice; 52.212-2, Evaluation-Commercial Items- (Jan 99) Evaluation will be based on the following factors: price; 52.212-3 Offeror Representations and Certifications- (Jul 02), (Offerors must submit a complete copy with their offers. To obtain an electronic copy of 52.212-3, visit the following web site: http://farsite.af.mil, or contact Mike Shelley at the below e-mail address); 52.212-4 Contract Terms and Conditions-Commercial Items ? (Feb 02), and any addenda to the provision as listed in this notice; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items- (May 02); 52.232-33, Mandatory information for Electronic Funds Transfer payments- (May 99); 52.247-34, F.O.B. Destination-Nov 91 52.252-2, Clauses Incorporated By Reference-(Feb 98) (http://farsite.af.mil); 252.225-7001-Buy American Act and Balance of Payments Program (Mar 98); DFARS, 252.204-7004, Required Central Contractor Registration (CCR)- (Nov 01); 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items-(Jul 02). To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. The quote format is at the discretion of the offeror. Numbered Note 1 applies. All responses must be received no later than 4:00 P.M., Central Standard Time on 25 August 03. Send all proposals to Mike Shelley, 216 Ocmulgee Court, Robins AFB GA 31098-1646 or by facsimile to 478-926-7649, or by E-mail at Mike.Shelley@robins.af.mil.
 
Record
SN00389903-W 20030803/030801213633 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.