Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2006 FBO #1557
SOLICITATION NOTICE

28 -- HOUSING, GEARBOX, TRANSFER

Notice Date
2/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
336412 — Aircraft Engine and Engine Parts 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
FA8104-06-R-0270
 
Response Due
3/15/2006
 
Archive Date
3/30/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 Purchase Request number is FD2030-06-70123. Combination synopsis/solicitation number is FA8104-06-R-0270. The solicitation is a request for proposal (RFP). Closing date for quotations will be received at the issuing office until 4:00 PM on 15 March 2006. A list of qualified sources is as follows: CFM International Inc. (Cage: 58828). The solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97-20 (FAC). The North American Industry Classification System Code (NAICS) is 336412. This is a requirement for Line Item 0001, NSN: 2840-01-199-1547PN, P/N: 301-484-017-0. Noun: Housing, Gearbox, Transfer. Application: F108. Description/Function: Transfer Gearbox Housing houses gears to transfer power from the Inlet Gear Box (IGB) to the Accessory Gearbox (AGB). The material is aluminum alloy. The dimensions are approximately 12 in. long x 12 in. wide x 12 in. high. Required delivery schedules are as follows: URGENT: 7ea (Min. 4/Max 9) immediate delivery. Inspection/Acceptance: Origin. Destination is Tinker AFB OK (FB2039) with FOB Origin. Packing Requirements: MIL-STD-2073, QUP #001, PACK Level (M), Preservation Level MIL.AFMCFARS 5352.247-9009. AFMCFARS 5352.247-9005 Shipping Container Markings: MIL-STD-129P, Bar code symbology Format 3 of 9, Code 39 as specified in MIL-STD-129P, additional markings and/or coding requirements exceeding MIL-STD-129P as specified on the AFMC Form 158.New/Unused Government and Commercial surplus may be acceptable, E-415, E-420, E-425, E-421, E-424. P/N verification (AFMCFARS 5352.211-9011). Verifiable Dimensions (AFMCFARS 5352.211-9012). Remarks: Surplus material shall be new/unused material only. Acceptance inspection shall be conducted at contractor?s facility only. New/unused Commercial off the shelf (COTS) surplus parts, component parts and/or assemblies shall have the original FAA Form 8130-3, Airworthiness Approval Tag with appropriate documentation annotated by the OEM source. An incomplete, altered or incorrect FAA 8130-3, for that COTS part or assembly is unacceptable as an Airworthiness Release Record. Surplus parts, component parts and/or assemblies must be a CFMI authorized/approved parts manufacturing vendor only. No commercially repaired, reconditioned or modified surplus COTS material will be authorized and/or acceptable for use in military F108-CFM56-2B engines. Surplus COTS and FAA-PMA new/unused replacement parts, component parts and/or assemblies that were approved for production under these methods, FAA designess, DER, DOA, DAS, Type Certification, Technical Standard Order Authorization and etc., will not be authorized for use in Military F108 engines. The Contractor is authorized to use a suitable substitute for any Class I Ozone Depleting Substance (Class I ODS) which may be required by the specifications of this contract. When it is known that a substitute for a Class I ODS will be used in the performance of this contract, the contractor is requested to identify the substitute to the contracting officer (PCO). 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. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: Instructions to Offerors-Commercial Items (Oct 2000); FAR 52.212-2, Evaluation- Commercial Items (Jan 1999), Provision 52.212-2 Evaluation -- Commercial Items. FAR 52.212-3, Offerors, Representations and Certifications- Commercial Items (Jul 2002); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implements Statues or Executive Orders-Commercial Items (May 2002); (FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities(Jun 1998); FAR 52.222-37, Employment Reports or Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); FAR 52.222-41, Service Contract of 1965, as Amended (May 1989); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); FAR 52.247-29, FOB Origin (Jun 1988); FAR 52.252-4, Alterations in Contract (APR 1984); DFARS 252.212-7001, Contract Terms and Conditions Required to Implements Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2002); DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Sep 1999); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Mar 1998); DFARS 252.225-7028, Exclusionary Policies and Practices of Foreign Government (Dec 1991); DFARS 252.225-7035, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate (Mar 1998); DFARS 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program (Mar 1998); DFARS 252.227-7037, Validation of Restrictive markings on Technical Data (Sep 1999). Note 22. The full text of any clause can be found at: http//: farsite.hill.af.mil. Quotes should be faxed or mailed to: Michael Treanor/PKA, 3001 Staff Drive Ste 2AC1/109B, Tinker AFB OK 73145. Fax number is 405-734-8106. Contact Michael Treanor at 405-734-8116 for information regarding this solicitation. E-mail address: michael.treanor@tinker.af.mil.
 
Record
SN00996165-W 20060302/060228213140 (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.