Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2006 FBO #1628
SOLICITATION NOTICE

28 -- Transducer, Turbofan

Notice Date
5/10/2006
 
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-0264
 
Response Due
5/25/2006
 
Archive Date
6/9/2006
 
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 solicitation number is FA8104-06-Q-0264. The solicitation is a request for quotations (RFQ). Closing date for quotations will be received at the issuing office until 3:00 PM on 25 May 2006. Only approved sources may apply. The following source has been approved for this acquisition: Rosemount Inc. (Cage Code: 60678), Saint Paul, MN 55121-1217. 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, NOUN: Transducer, Turbofan, NSN: 2840-01-054-1743OP, P/N: 4021T56P04, applicable to TF34-100A Engine. Inspection/Acceptance: Origin. Delivery is Tinker AFB OK (FB2039) with FOB origin. QTY: 61ea (min 30/max: 91). Required delivery schedules are as follows: 61ea, on or before 30 Mar 2007. Dimensions: Approximately 10 inches in length and one inch at its widest flange. Maximum weight is .32 lbs. Material: Predominate material was not available on GE source controlled drawing. Description: Turbo Fan Transducer is an electro-magnetic device consisting of a coil wound permanent magnet. It is located at the nine o?clock position on the front frame and protrudes through the strut. It has a coil resistance of 70 +/- 10 OHMS and coil inductance 55+/- 10 MH. Function: To transmit a voltage signal to the cockpit to provide a fan speed indication. Government and Commercial Surplus are acceptable, IAW FAR provisions: E-415 (New/unused acceptable), E-420C (P/N & MFG Verification), E-425 (Prior Government verification-only Government surplus accepted on this criterion), E-426 (100% End Item Inspection), E-422 (Test and Verification), and E-423 (Initial Acceptability Items). REMARKS: Item shall be inspected by contractor at the contractor?s facility and witnessed by a government quality representative (QAR). Parts that are new/unused government/commercial surplus showing no sign of rust, corrosion or evidence of deterioration from age, improper packaging or evidence of disassembly or reconditioning in any manner are acceptable Packaging Requirements: MIL-STD-2073-1D, QUP #001, PACK LVL(B), AFMCFARS 5352.247-9009, Military Packaging and marking item name(s) or 2840-01-054-1743OP. PAC RN (PAA), QUP (001), ICQ(000), PRESS METH (AE), CD (1), PRESS MTL (00), WRAP MTL (XX), CUSH DUNN (XX), CT (X), UNIT CONT NS), INT CONT (00), UCL (B), SPEC MKG (17), Unit Pack Weight (1.20), UNIT PACK SIZE: Length (12.5), Width (8.3), Depth (3.0), Whole Cube .180), OPI (M). AFMCFARS 5352.247-9005, Shipping Container Marking. Shipping and storage markings shall be in accordance with MIL-STD-129P, Standard Practice for Military Marking. 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); 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). The full text of any clause can be found at: http//:farsite.hill.af.mil. Quotes are due by 25 May 2006. Quotes should be mailed to: Michael Treanor/LPKAA, 3001 Staff Drive Ste 2AC1/109H, Tinker AFB OK 73145. Contact Michael Treanor at 405-734-8116 for information regarding this solicitation. Fax number is 405-734-8106. E-mail address is Michael.Treanor@tinker.af.mil
 
Record
SN01045469-W 20060512/060510220816 (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.