Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2006 FBO #1615
SOLICITATION NOTICE

48 -- OVERHAUL REQUIREMENT - NSN?S: 4810-00-325-0646FG AND 4810-00-087-5175FG (SUBJECT TO QUALIFICATION REQUIREMENTS)

Notice Date
4/27/2006
 
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-0420
 
Response Due
6/19/2006
 
Archive Date
7/4/2006
 
Small Business Set-Aside
Total Small Business
 
Description
OVERHAUL REQUIREMENT - NSN?S: 4810-00-325-0646FG AND 4810-00-087-5175FG (SUBJECT TO QUALIFICATION REQUIREMENTS) 100-PERCENT SMALL BUSINESS SET-ASIDE. Resulting contractual action (if one awarded) is anticipated to be an ID/IQ type contract with a Base-Year and One, One-Year Option Period to be exercised at the Government?s sole discretion. The Government intends to award only One (1) contract pursuant to the forthcoming Solicitation. ANTICIPATED EFFECTIVE DATE OF ANY RESULTING CONTRACT: 15 OCT 2006 NSN # 1: 4810-00-325-0646FG Part Number: 135675 OEM: Whittaker (Cage: 79318) Noun: Motor Operated Gate Valve Applicable to: B52 & KC135 Aircraft Description: NSN item is main firewall shutoff valve. It supplies fuel to the engine. Item is a critical component and failure would force a mission abort. Approx Dimensions: 6.33? x 6.63? x 3.27? Weight: 2.38 lbs Material Content: Aluminum Alloy Destination: TBD Applicable Technical Order(s): 6J15-10-66-363 (latest revision - 1 change, 15 JUL 2005), AND T.O. 8D1-14-77-343 (latest revision - 2 change, 1 FEB 2006) MIN QTY: 200 EA per year (400 total if all Option-Years exercised) MAX QTY: 550 EA per year (1,100 total if all Option-Years exercised) NSN # 2: 4810-00-087-5175FG Part Number: AV16B1632A1 OEM: ITT Technology (Cage: 73760) Noun: Motor Operated Gate Valve Applicable to: B52 & KC135 Aircraft Description: NSN item is main firewall shutoff valve. It supplies fuel to the engine. Item is a critical component and failure would force a mission abort. Approx Dimensions: 6.33? x 6.63? x 3.27? Weight: 2.38 lbs Material Content: Aluminum Alloy Destination: TBD Applicable Technical Order(s): 6J15-10-159-3 (latest revision - 2 change, 1 DEC 2005), T.O. 8D1-14-128-3 (latest version ? 15 APR 2001), AND T.O. 8D1-14-129-3 (latest revision - 1 change, 1 FEB 2006) MIN QTY: 200 EA per year (400 total if all Option-Years exercised) MAX QTY: 550 EA per year (1,100 total if all Option-Years exercised) GFM and CAP are NOT authorized. All materials and support equipment will be furnished (CFM). LOGISTICS TENETS APPLICABLE TO THIS PROCUREMENT: CONTRACT REPAIR ENHANCEMENT PROGRAM (CREP) EARLY INDUCTION: (a) The Government will forward a list of projections of total contractor overhaul inductions and the number of high-priority overhaul inductions out of this total for each ELIN on this contract every three months. This projection list will be forwarded to the Contractor by the Procurement Contracting Officer (PCO). The first projection list will be forwarded within 14 days after award of this contract. (b) This list of projections by ELIN is provided for planning purposes and may result in a contractor?s decision to induct the high-priority overhaul induction projections quantities and non high-priority overhaul projections quantities at the risk of the Contractor, in order to meet the 2-day delivery schedule for high-priority order quantities and the 30-day delivery schedule for the non high-priority delivery order quantities. (c) The Government shall issue delivery orders that indicate both the high-priority quantities and non high-priority quantities. The Contractor will only be paid for the quantities placed on order. (d) The Contractor will not be held to the 2-day delivery schedule for high-priority or the 30-day delivery schedule for non high-priority delivery ordering quantities that exceed the aggregate 6 month overhaul induction projections for either the high-priority or non high-priority categories, respectively, during the three-month period after the Government submission of the quarterly overhaul induction projections. For ordering quantities that exceed such quarterly projections, a 60 day delivery schedule will apply. CONSOLIDATED REPARABLE INVENTORY (CRI) (a) This overhaul effort requires the establishment of a Consolidated Reparable Inventory (CRI) at the Contractor?s facility. The Contractor shall act as the CRI to store reparable items shipped directly from designated Field Units, an Air Logistics Center (ALC) or from another Contractor?s facility. (b) The Consolidated Reparable Inventory Level is hereby established as a range of the aggregate total quantity of all ELINs, with an upper limit of the listed yearly quantities for each and a lower limit of 0 (?zero?) each. Disposition instructions for items in excess of the maximum level shall be provided by the PMS or Contracting Officer. (c) Induction of an item for overhaul from the CRI shall be contingent on the availability of reps in the CRI in conjunction with the early induction provision, which allows the contractor to induct at their own risk. (d) Upon completion of the contract, disposition instructions for items remaining in the CRI shall be provided by the Contracting Officer. CONSOLIDATED SERVICEABLE INVENTORY (CSI) (a) This overhaul effort requires the establishment of a Consolidated Serviceable Inventory (CSI) at the Contractor?s facility. The contractor shall store completed serviceable items and ship them directly to a designated user at a Field Unit, Air Logistics Center (ALC), or other Contractor facility based upon a prioritized demand. (b) The CSI of end items shall begin when the overhaul of an item is completed and the item has been inspected and accepted. For each completed overhaul (unless other shipment instructions have been provided) a WAWF electronic DD Form 250 shall be signed off and the item(s) shall be shipped in place to the Contractor?s Consolidated Serviceable Inventory c/o the Secure Air Force Government Bond Room at the Contractor?s Facility. (c) The Consolidated Serviceable Inventory Level is hereby established as a range of the aggregate total quantity of all ELINs, with an upper limit of the yearly quantities listed on Appendix ?A? Exhibits for each ELIN, and a lower limit of 0 (?zero?) each. Notwithstanding the CSI level, induction of an item for overhaul will be contingent on the availability of a funded order, a reparable, and a negotiated delivery schedule. (d) At the end of the contract ordering period, the government commits to issuing a ?Final Reconciliation Delivery Order? to buy back the overhauled valves remaining in the CSI when the ordering period expires. (This ordering period shall include the option periods, if exercised.) Since a reconciliation of excess quantities projected by the government (but not actually ordered) will be a continual process covered during the quarterly reviews, the quantity to be purchased by the government at the end of the contract shall be limited to the quantity projected by the government during the 12 months preceeding the end of the ordering period (for all other orders). The contractor will be requested to provide information on the total quantity remaining in the CSI. The government will compare this data to it?s own documentation. Any disagreement that results will either be negotiated or handled under the ?Disputes Clause?, at the government?s option. The quantities on the final reconciliation order shall be deemed as a governmental bona fide need. The final reconciliation delivery order will require the contractor?s input within 10 (ten) calendar days after expiration of the ordering period (for all other orders). The contractor shall provide the final count of the total quantity remaining in the CSI that fell within the government?s projections during the preceeding 6 month period of performance. The final reconciliation delivery order will be issued thereafter and shall be the only delivery order issued after expiration of the ordering period (for all other orders). This process is expected to be complete 60 days after receipt of the final count from the contractor. Delivery of the units ordered by the final reconciliation order shall be required within 30 days after receipt of the delivery order unless other terms are negotiated and so stated in the delivery order. DELIVERY SCHEDULE: *High Priority Delivery Schedule will be effective 90 days after effective date of contract. High Priority Reparables: 2 days after receipt of order up to the quarterly overhaul projections. The contractor shall begin production even if all reparable quantities on the delivery orders have not been received. Low Priority Reparables: Request the delivery schedule to be 92 EA, 30 days from either ELIN, or a combination of both ELINs, after receipt of order until completion of order. The contractor shall begin production even if all reparable quantities on the delivery orders have not been received. *Quantities that exceed the aggregate quarterly overhaul induction projections during the 3 month period after the government submission of the quarterly overhaul induction projections will require a 45 day delivery schedule. INITIAL PRODUCTION EVALUATION (IPE) *An IPE (Initial Production Evaluation) will be required on all new sources, as well as sources who have not performed the overhaul in the previous 60 months. The contractor will have 30 days to prepare for the IPE. (If an IPE is not required, the contractor will have 30 days to begin production in accordance with the Low Priority Reparables Delivery Schedule.) The reparables used in the IPE will be applied to the quantity from the first delivery order. Upon Government IPE acceptance, the contractor will have another 30 days to begin production, on the first delivery order only, in accordance with the Low Priority Reparables Delivery Schedule. ROB BACK The contractor is authorized to ?Rob-back? subassemblies or parts for installation on another end item to meet delivery requirements. MISCELLANEOUS All serviceables will be shipped from the contractor to the user by utilizing fast transportation methods. Shipping instructions will be provided to the contractor by phone, fax, e-mail, or other electronic means via the Production Manager. A copy of all electronic Wide Area Work Flow (WAWF) DD-250?s will be sent to the PMS within 2 days of shipment. A Quarterly Production Management Review (PMRT) will be required at the contractors facility. The Government requests that this be not separately priced and included in the quoted prices for the actual overhaul services. A Preaward Survey is required if the apparent successful offer is not a previously proven overhaul service supplier for both NSN?s. Under the authority of FAR 6.302, the proposed contract action is for supplies/services for which the Government intends to solicit and negotiate with only one, or a limited number of sources. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within 30 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 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. The solicitation will identify the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. 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. Based on market research, the Government is not using the policies contained in FAR Part 12 (Acquisition of Commercial Items) in the planned solicitation for the described supplies or services. However, interested parties may identify to the contracting officer, their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. AVAILABILITY OF FUNDS CLAUSE SHALL APPLY. NO OBLIGATION MAY BE INCURRED BY THE GOVERNMENT UNTIL FUNDS AVAILABILITY HAS BEEN CERTIFIED.
 
Place of Performance
Address: TO BE DETERMINED
Country: USA
 
Record
SN01036493-W 20060429/060427220819 (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.