Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2003 FBO #0722
SOLICITATION NOTICE

48 -- Overhaul of valves and regulators; Qualified sources: Rocker Solenoid, Oxwell, Dukes, Gulf Aerospace, and Aero Kool.

Notice Date
11/17/2003
 
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
FA810304R40000
 
Response Due
1/17/2004
 
Archive Date
2/1/2004
 
Point of Contact
Alan Welch, Contract Negotiator, Phone 405 739-5460, Fax 405 739-4417,
 
E-Mail Address
alan.welch@tinker.af.mil
 
Description
REQUIREMENT: Services, Non-Personal, Overhaul. The contractor shall provide all labor, facilities, equipment, and material to accomplish the overhaul, test, packing and packaging, and return to the government in accordance with the work specifications contained in the contract for the line items of Air Force equipment listed below. This solicitation is to obtain a requirements type overhaul contract with 100% contractor furnished material. A firm-fixed-price type contract is contemplated for One Year, plus four One-year options. The item(s) and estimated quantities are as follows: LINE ITEM 0001: NSN: 4810-00-033-9193TP; P/N: 11983; DESCRIPTION: Regulator, Air Canopy Seal; Used in control of cabin air pressurization; Applicable Acft: F-5 and T-38. BEST-ESTIMATED QUANTITY: Basic Year: 36 each; Option I: 36 each; Option II: 36 each; Option III: 36 each; Option IV: 36 each. LINE ITEM 0002: NSN: 4810-00-050-8096TP or 4810-00-790-3205TP; P/N: 403-00-5 or 403-00; DESCRIPTION: Valve, Cabin Air Safety; Used in control of cabin air pressurization; Applicable Acft: F-5 and T-38. BEST-ESTIMATED QUANTITY: Basic Year: 48 each; Option I: 48 each; Option II: 48 each; Option III: 48 each; Option IV: 48 each. LINE ITEM 0003: NSN: 4810-00-202-5339TP or 4810-00-791-1157TP or 4810-00-895-5652TP; P/N: 396-00-3 or 396-00 or 396-00-1; DESCRIPTION: Valve, Cabin Air Safety; Used in control of cabin air pressurization; Applicable Acft: F-5 and T-38. BEST-ESTIMATED QUANTITY: Basic Year: 63 each; Option I: 63 each; Option II: 63 each; Option III: 63 each; Option IV: 63 each. LINE ITEM 0004: NSN: 4810-00-003-1821TP; P/N: 131100; DESCRIPTION: Valve, Fluid Pressure Regualting; Used in control of cabin air pressurization; Applicable Acft: F-5 and T-38. BEST-ESTIMATED QUANTITY: Basic Year: 75 each; Option I: 75 each; Option II: 75 each; Option III: 75 each; Option IV: 75 each. LINE ITEM 0005: Over and Above, As Required. LINE ITEM 0006: Data and Reports, IAW DD Form(s) 1423 and Appendix B. SOURCES: Qualification Requirements exist. Qualified sources are: Rocker Solenoid Co., Oxwell Inc., Dukes Inc., Gulf Aerospace, and Aero Kool Corp. Initial Production Evaluation (IPE) is required. DESTINATION: FB2039; Tinker AFB, OK 73145. DELIVERIES AT THE RATE AS FOLLOWS: Line Item 0001-0004: 10 each per month of each line item, 30 Days After Receipt of Order (ARO) and repairables. No telephone requests. Faxed solicitation requests can be submitted to the buyer, Alan Welch, Tinker AFB, OK, (405) 739-5460 or E-mail alan.welch@tinker.af.mil . APPLICABLE NOTES: NUMBERED NOTES: (26) The Government is NOT using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services.. COMMAND NOTES: (A) 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. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty five-days (thirty 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. (B) Award will be made only if the offeror, the product/service, or the manufacturor meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. (C) 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. LOCAL NOTES: (B) 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. (C) 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 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) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Note: Faxed solicitation requests can be submitted to OC-ALC/PKXDA, Tinker AFB OK 73145-3015, FAX NUMBER (405)739-3656. (H) Request for written quotation will be issued. The anticipated award date will be approximately 60 days after the issuance of this notice.
 
Place of Performance
Address: USA
 
Record
SN00471318-W 20031119/031117212039 (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.