Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 06, 2006 FBO #1592
SOLICITATION NOTICE

28 -- Cone, Inlet, Aircraft

Notice Date
4/4/2006
 
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-Q-0206
 
Response Due
4/14/2006
 
Archive Date
10/14/2006
 
Description
Department of the Air Force, Air Force Material Command, OC-ALC-(Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK 73145-3015. 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 solicitation number is FA8104-06-Q-0206. The solicitation is a request for quotation (RFQ). Closing date for proposal will be received at the issuing office until 4:00 PM on 14 April 2006. Source(s) is (Cage Code 58828) CFM International, 111 Merchant St, Cincinnati, OH 45246-3730. This 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: 2840-01-182-7095PN; Qty Range: 23 ea; P/N: 305-484-601-0, Noun: Cone, Inlet, Aircraft. Used on F-108. New/Unused Government and Commercial surplus may be acceptable. 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, Airworthness Approval Tag with appropriate documentation annoted by the OEM?s manufacturing source. An incomplete, altered or incorrect FAA 8130-3, for that COTS part or assembly is unacceptable as an Airworthness Release Record. Surplus parts, component parts and/or assemblies must be a CFMI authorized/approved parts manufacturing vendor only. Justification for Unacceptable Surplus Material: 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 and/or assemblies that were approved for production under these methods, FAA designees, DER, DOA, DAS, Type Certificate, Technical Standard Order Authorization and etc, will not be authorized for use in Military F108 engines . Place of delivery and acceptance is Tinker AFB OK, (FB2039) with FOB origin. Required delivery schedules are as follows: 28 each on 30 June 2006 or sooner. Qualification Requirements do not exist. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference in the BOA (FA8104-04-G-0001); FAR 52.203-3, GRATUITIES (EXCEED SAT) (MAR 05); FAR AT 52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT ? ALTERNATE I (JAN 96); FAR 52.207-4, ECONOMIC PURCHASE QUANTITY--SUPPLIES (FEB 98); FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JAN 05); FAR 52.212-2, EVALUATION-- COMMERCIAL ITEMS (OCT 03) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:(i) price; (ii) technical capability of the item offered to meet the Government requirement; Cost/Price and Technical capability are of equal importance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.; FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAR 05); FAR 52.212-4, CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (SEP 05); FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 05); FAR 52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 04); FAR 52.219-9, SMALL BUSINESS SUBCONTRACTING PLAN (AUG 05); FAR 52.222-19, CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (JUN 05); FAR 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (NOV 03); FAR 52.222-26, EQUAL OPPORTUNITY (NOV 03); FAR 52.222-35, EQUAL; OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (NOV 03); FAR 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (NOV 03); FAR 52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (NOV 03); FAR 52.222-39, NOTIFICATION OF EMPLOYEE RIGHTS CONCERNING PAYMENT OF UNION DUES OR FEES (MAY 05); FAR 52.223 11, OZONE DEPLETING SUBSTANCES (JUN 03); FAR 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (APR 05); FAR 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER (NOV 03); FAR A052.246-A002, INSPECTION AND ACCEPTANCE (SEP 1999); FAR A052.246-A002A2, INSPECTION AND ACCEPTANCE ? ALTERNATE II (SEP 04); FAR 52.247-1, COMMERCIAL BILL OF LADING NOTATIONS (APR 02); FAR 52.247-65, F.O.B. ORIGIN, PREPAID FREIGHT-SMALL PACKAGE SHIPMENTS (JAN 1996); FAR A052.247-A010A, F.O.B. ORIGIN (SEP 04); DFARS 252.211-7003, ITEM IDENTIFICATION AND VALUATION (JUN 05); DFARS 252.212 7000, OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (JUN 05); DFARS 252.212 7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (SEP 05); DFARS 252.219-7003, SMALL, SMALL DISADVANTAGED AND WOMEN-OWNED SMALL BUSINESS SUBCONTRACTING PLAN (JUL 02); DFARS 252.225-7000, BUY AMERICAN ACT--BALANCE OF PAYMENTS PROGRAM CERTIFICATE (JUN 05); DFARS 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (JUN 05); DFARS 252.225 7002, QUALIFYING COUNTRY SOURCES AS SUBCONTRACTORS (JAN 04); DFARS 252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (JUN 04); DFARS 252.225 7014, PREFERENCE FOR DOMESTIC SPECIALTY METALS (JUN 05); DFARS 252.225 7014, PREFERENCE FOR DOMESTIC SPECIALTY METALS ? ALTERNATE I (MAY 03); DFARS 252.226-7001, UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (SEP 04); DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JUL 05); DFARS 252.232-7010, LEVIES ON CONTRACT PAYMENTS (SEP 05); DFARS 252.243-7002, CERTIFICATION OF REQUESTS FOR EQUITABLE ADJUSTMENT (OCT 01); DFARS 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (SEP 04); AFMCFARS 9952.211-9005, NEW MANUFACTURED MATERIAL AND GOVERNMENT OR COMMERCIAL SURPLUS MATERIAL ACCEPTABLE (AUG 03); AFMCFARS 9952.211-9006, ACCEPTABLE NEW AND UNUSED SURPLUS MATERIAL (AUG 03); AFMCFARS 9952.211-9018, LISTING OF SURPLUS MATERIAL (AUG 03); AFMCFARS 9952.232-9002, TRANSPORTATION APPROPRIATION CHARGEABLE (MAY 05); AFMCFARS 9952.247-9000, COMMERCIAL BILL OF LADING SHIPMENTS (AUG 03); AFMCFARS 5352.215-9004, EVALUATION OF PROPOSALS SUBMITTED WHEN QUALIFICATION REQUIREMENTS DO NOT EXIST (MAY 04); AFMCFARS 5352.247-9005, SHIPPING CONTAINER MARKING (MAR 03); AFMCFARS 5352.247-9008, CONTRACTOR COMMERCIAL PACKAGING (JAN 2000); AFFARS 5352.201-9101H, OMBUDSMAN (NOV 05); AFFARS 5352.223-9000, ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODSS) (MAR 04). The full text of any clause can be found at: http//: farsite.hill.af.mil. Proposals are due by 14 April 2006. Proposals should be mailed to: Tasha Pargali/448th HPSG/PKB, 3001 Staff Drive Ste 2AD2/109H, Tinker AFB OK 73145. Contact Tasha Pargali at 405-734-8098 or Tony Kyzer at 405-734-8104 for information regarding this solicitation. Fax number is 405-734-8106. E-mail address is Tuyen.Diep@tinker.af.mil
 
Record
SN01020767-W 20060406/060404220726 (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.