Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2004 FBO #0948
SOLICITATION NOTICE

J -- OVERHAUL/REMANUFACTURE

Notice Date
6/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
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
FD2030-04-40196
 
Response Due
8/18/2004
 
Archive Date
9/2/2004
 
Point of Contact
Teofilo Bautista Jr., Contract Negotiator, Phone (405) 739-9441, Fax (405) 739-4417,
 
E-Mail Address
teofilo.bautista@tinker.af.mil
 
Description
61?OVERHAUL/REMANUFACTURE, B-1B Motor, POC: CHUCK BAUTISTA, OC-ALC LGKIA, (405) 739-9441. This requirement will require the contractor to provide all labor, facilities, equipment and all material to accomplish the overhaul/remanufacture of the motor. Overhaul/Remanufacture consists of end item disassembly to facilitate cleaning and visual inspection of components parts; replacement of all soft-parts and non-reusable parts; repair refurbishment or replacement of all components not meeting parameters; re-assembly of assemblies and subassemblies; lubrication IAW the applicable technical orders (TOs) or manufacture?s specifications, performance of all adjustments, alignments, and modifications; test calibration of assemblies and subassemblies; and final inspection (e.g., safety wiring painting, affixing of decals) to restore the end item to a like new condition. This action included the replacement of any part listed in the Technical Order (T.O.) Bill of Material (BOM) that does not meet the inspection requirements. Initial Production Evaluation (IPE): The successful contractor will be required to pass a IPE of 3 each Motors, NSN 6105 01 270 8117HS, P/N: 731728 before authorization is given to proceed with the remaining production to include any option year production if applicable/required. A Firm Fixed Price type requirements contract is contemplated for 1 one year basic contract, plus four one-year options for all CLINs. The items and estimated quantities are as follows: CLIN 0001: NSN: 6105012708117HS, P/N: 731728, Noun: Motor, Appl: B-1B Aircraft. CLIN: 0001AA; Basic year - 15 each, (3 each, IPE) The Contractor shall furnish a written notice to the Procuring Contracting Officer (PCO) through the Administrative Contracting Officer (ACO) within 15 workdays after the required quantity of the end item(s) are available for the IPE. CLIN: 0001AB; Option I - 15 each CLIN 0001AC; Option II - 15 each, CLIN: 0001AD; Option III - 15 each CLIN: 0001AE; Option IV - 15 each CLIN 0002 - Over and Above as ?approved? by the ACO/PCO/PMS. CLIN 0003 - Data and Reports IAW DD Form 1423. This requirement is 100% Contractor Furnished Material (CFM). The current approved sources are; Eaton Aerospace, Cage Code: 62983, Kearfott Guidance & Navigation Corporation, Cage Code: 05088, FL Aerospace Corporation Janitrol Aero, Cage Code: 06987. The approximate solicitation issue date will be 14 July 2004; the approximate closing date will be 18 Aug 2004 at 4:00 pm. Deliveries are to be at a rate as follows: CLIN 0001AA - CLIN 0001AE: 3 each per month, 30 days After Receipt of Order and/or Repairable Assets. Qualification Requirements: Sources must be qualified and approved prior to being considered for award. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. Award will be made only if the offeror, the product / service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. AWARD WILL NOT BE WITHHELD AWAITING QUALIFICATION. For qualification information/source approval requests contact Source Development Office, OC-ALC/BC/ (405) 739-7243. 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. Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of the 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.
 
Record
SN00612026-W 20040701/040629212122 (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.