Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2005 FBO #1412
MODIFICATION

16 -- A-10 PISTON ROD, ACTUATOR

Notice Date
10/6/2005
 
Notice Type
Modification
 
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
FA810305R0306
 
Response Due
11/5/2005
 
Archive Date
11/20/2005
 
Description
************ SYNOPSIS AMENDMENT NUMBER 01 IS BEING ISSUED TO CHANGE THE PART NUMBER. PREVIOUS SOLICITATION POSTING AND CLOSING DATES SHALL BE ADJUSTED ACCORDINGLY. INTERESTED PARTIES SHALL BE ABLE TO VIEW THE UPLOADED SOLICITATION DOCUMENT LOCATED AT FD20300540181, ON OR BEFORE THE DATE PROVIDED BELOW. ************ FBO POSTING TITLE: A-10 PISTON ROD SOLICITATION NUMBER: FA8103 - 05 - R - 0306 PURCHASE REQUISITION NUMBER: FD2030 - 05 - 40181 SYNOPSIS POSTING DATE: 22 September 2005 * SYNOPSIS AMENDMENT 01 POSTING DATE: 6 October 2005 * SOLICITATION POSTING DATE: 12 October 2005 * SOLICITATION CLOSING DATE: 11 November 2005 (NSN) NATIONAL STOCK NUMBER: 1650 - 01 - 013 - 2906 * (P/N) PART NUMBER: 2733703 NOUN: Hydraulic Rudder Actuator Piston Rod, Overhaul APPLICATION: A - 10 aircraft GENERAL WORK DESCRIPTION: 1) Remanufacture end item by furnishing overhaul, materials, overhead, labor, equipment, reassembly, disassembly, cleaning, inspection, packing, maintenance, testing, packaging, and finishing of the product to like new condition, in accordance with Government performance, technical, and engineering specifications. 2) Contract Data Requirements List (CDRL), DD Form 1423, reporting shall be required. 3) Pre-Award Survey (PAS) shall be required. 4) Initial Production Evaluation (IPE) may be required, but solely at discretion of the Government. 5) Reference Technical Order Number 9H2-4-228-3 with changes, Version 9, Dated 15 Jan 04. DELIVERY SCHEDULE: 4 each per Month, 30 Calendar Days A.R.O. SHIP TO LOCATION: 1) Shall be determined by the Product Management Specialist (PMS) as necessary. 2) Fast transportation and accelerated deliveries shall be required, but solely at the discretion of the Government. TRANSPORTATION: F.O.B. Origin PACKAGING: In accordance with Commercial Standard ATSMD3951 INSPECTION: Source ACCEPTANCE: Source (QA) QUALITY ASSURANCE: 1) All vendor processes shall be in compliance with ISO 9001:1994(E) standards or an equivalent QA system. 2) Quality Audits shall be required on a case by case basis, but solely at the discretion of the Administrative Contracting Officer (ACO). (CLINs) CONTRACT LINE ITEM NUMBERS: 3 (0001, 0002, & 0003) CLIN 0001: Overhaul, Quantity - 45, Unit of Issue - Each, Delivery - 4 per Month 30 Calendar Days A.R.O., Applies to Base Term plus 4 Option Periods if exercised CLIN 0002: Over and Above, Quantity - Only as authorized, Unit of Issue - Lot, Delivery - 30 Calendar Days A.R.O., Applies to Base Term plus 4 Option Periods if exercised CLIN 0003: Data and Reporting, Quantity - Only as authorized, Unit of Issue - Lot, Delivery - 30 Calendar Days A.R.O., Applies to Base Term plus 4 Option Periods if exercised SET-ASIDE STATUS: None, Full and Open Competition, Unrestricted APPROVED GOVERNMENT SOURCES: 1) Parker Hannifin Corporation (CAGE code: 92003), Large Business Concern & 2) Praxair Surface Technologies (CAGE code: 33870), Large Business Concern COMPETITION: Qualification Requirements are available. Interested parties may qualify for the competition by successfully obtaining source approval. Small business firms or others interested in subcontracting opportunities are encouraged to contact the approved sources listed above as. In accordance with FAR 52.209-1, the Government shall not withhold a contract award while vendors are awaiting final qualification. 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 can reach the Ombudsman by telephone at (405) 736-3273. Please note, do not call this number for solicitation requests. SOURCE APPROVAL: Interested vendors shall submit a formal Source Approval Request (SAR) package to obtain qualification. For additional information, contact the Tinker Air Force Base Source Development Office (OC-ALC/BC) via email at ocalc.bc@tinker.af.mil or by telephone at (405) 739-3273. To assist with the qualification process, interested parties may request a copy of the Tinker Air Force Base Source Approval Information Booklet from the Source Development Office. CONTRACT TYPE: Fixed-price, Requirements contract with Options (Base Term plus Four Option Periods); Applies to all CLINs listed above CONTRACTING OFFICE ZIP CODE: 73145 - 3028 CONTRACTING OFFICE POINT OF CONTACT: Mark R. Luckritz, Contract Specialist, 448 ACSG/PKR, Tinker AFB, Central Contracting, Phone Number: (405) 734 - 4622, Fax Number: (405) 739 - 4417, Email Address: mark.luckritz@tinker.af.mil
 
Place of Performance
Address: TBD.
Zip Code: TBD.
Country: TBD.
 
Record
SN00911247-W 20051008/051006212751 (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.