Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2006 FBO #1524
SOLICITATION NOTICE

16 -- AIR TURBINE MOTOR (ATM)

Notice Date
1/26/2006
 
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
FA8103-06-R-0166
 
Small Business Set-Aside
Total Small Business
 
Description
******************************************* ****** PRE - SOLICITATION & SYNOPSIS ****** ******************************************* PURCHASE REQUISITION NUMBER: FD2030 - 05 - 40109 - 01 SOLICITATION NUMBER: FA8103 - 06 - R - 0166 FBO CLASSIFICATION CODE: 16 (Aircraft Components and Accessories) FBO POSTING TITLE: AIR TURBINE MOTOR (ATM) SYNOPSIS POSTING DATE: 26 January 2006, Thursday SOLICITATION POSTING DATE: 09 February 2006, Thursday, On or Before SOLICITATION CLOSING DATE: 10 March 2006, Friday, By the Close of Business ANTICIPATED AWARD DATE: 07 April 2006, Friday, Estimated (NAICS) NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM CODE: 336413 (Other Aircraft Parts and Auxiliary Equipment Manufacturing) (NSN) NATIONAL STOCK NUMBER: 1650 - 00 - 872 - 7516 or 1650 - 00 - 873 - 6241 (P/N) PART NUMBER: 104901 or 102981 NOUN: Air Turbine Motor (ATM), Overhaul/Remanufacture APPLICATION: C - 130 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) shall be required. As a result, contactors shall be responsible for successfully completing Overhaul of 3 units, 60 calendar days after contract award or receipt of reparables, unless reasonably proposed otherwise. IPE completion dates proposed by vendors shall be reasonable, accurate, and reliable; the Government shall reserve the right to review, validate, and evaluate all IPE dates proposed by potential offerors. The 3 units used during the IPE shall become part of the production quantity as detailed at CLIN 0001 below. 5) Reference Technical Order Numbers 9P11-2-3 and 9P11-2-4. TRANSPORTATION: F.O.B. Origin. Fast transportation and accelerated deliveries shall be required but solely at the discretion of the Government. PACKAGING: NSNs 1650-00-872-7516 and 1650-00-873-6241 shall be packaged in accordance with MIL-STD-2073-1, QUP # 001, Military Preservation, Packing Level B, with special instructions (SPI 00 622 3297). INSPECTION: Source ACCEPTANCE: Source (QA) QUALITY ASSURANCE: 1) All vendor processes shall be in compliance with ISO 9001:2001(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/Remanufacturing; Total Quantity - 45; Unit of Issue - Each; Ship To Location - Shall be determined by the Product Management Specialist (PMS) as necessary; Delivery Schedule - 15 units, Beginning 60 D.A.R.O. & Reparables, 15 units each per month thereafter. * Upon successful completion of Government testing and acceptance, the 3 units required by the IPE shall be used to support the remaining 42 units required by this CLIN * CLIN 0002: Over and Above (O&A); Quantity - Only as authorized; Unit of Issue - Lot and/or Per Man Hour; Delivery - 30 Calendar Days A.R.O.; shall be negotiated by the ACO on a case by case basis. CLIN 0003: Data and Reporting (DD 1423-1, CDRL reports); Quantity - Only as authorized; Unit of Issue - Lot; Delivery - 30 Calendar Days A.R.O.; shall be ordered by the ACO on an as needed basis. CONTRACT TYPE: Fixed-price; Indefinite-Delivery contract in accordance with FAR Subpart 16.5 with an Indefinite-Quantity as outlined at FAR 16.504; Minimum total contract amount = 45 units; Minimum single order quantity = 45 units; Maximum total contract amount = 810 units; Maximum single order quantity = 270 units; 3 year best estimated quantity (BEQ) = 540 units; Average BEQ = 180 units. Contract shall be exhausted 3 years/36 months after the date of contract award or when the maximum total contract quantity of 810 is depleted/ordered, whichever occurs first. Ordering procedures and limitations shall be included in greater detail when the solicitation document is posted. SET-ASIDE STATUS: 100% Small Business Set-Aside, Qualified Sources APPROVED GOVERNMENT SOURCES: 1) Space Components, CAGE code 0XLV4, Small Business Concern, 2) Fairchild Controls Corporation, CAGE code 01359, Small Business Concern, 3) G.T. Enterprises, CAGE code 1KX70, Small Business Concern, and 4) Texas Pneumatic Systems Inc., CAGE code 1S0D1, Small Business Concern. COMPETITION: Qualification Requirements shall be 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. CONTRACTING OFFICE ZIP CODE: 73145 - 3028 CONTRACTING OFFICE PRIMARY 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 CONTRACTING OFFICE SECONDARY POINT OF CONTACT: Meredith Gentry, Contracting Officer, 448 ACSG/PKR, Tinker AFB, Central Contracting, Phone Number: (405) 739 - 4468, Fax Number: (405) 739 - 4417, Email Address: meredith.gentry@tinker.af.mil
 
Record
SN00973686-W 20060128/060126212148 (fbodaily.com)
 
Source
FedBizOpps 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.