Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2006 FBO #1801
MODIFICATION

16 -- Overhaul KC-135 Rudder Actuator

Notice Date
10/30/2006
 
Notice Type
Modification
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8103-05-R-40157
 
Response Due
12/14/2006
 
Archive Date
12/29/2006
 
Point of Contact
Meredith Gentry, Contract Negotiator, Phone (405)739-7015, Fax (405)739-4417,
 
E-Mail Address
meredith.gentry@tinker.af.mil
 
Description
This requirement was previously synopsized on 03 Feb 05 with a response date of 21 Mar 05, however, due to administrative reasons the solicitation was not posted. This SPECIAL NOTICE serves to notify all interested "Qualified" sources that a solicitation will be posted approximately 14 Nov 06 with a response date of approximately 14 DEC 06. All interested and qualified sources are directed to review the "un-archived" synopsis previously posted for a description of the requirement. ***IMPORTANT****: Qualification Requirements: Sources must be qualified prior to being on this requirement. Authority: 10 U.S.C. 2304(C)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible sources(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interest persons may identify their interest and capability to respond to the requirement or submit proposals. Point of Contact for this requirement is now Kelly Benton, Contracting Officer, 848 CBSG/PKE, (405)739-4468, kelly.benton@tinker.af.mil. Overhaul: The contractor shall provide all labor, facilities, equipment and all material to accomplish the repair/overhaul and/or modification, test, packing and packaging and return to the government in accordance with the work specifications contained in the contract, the line items of Air Force equipment listed below. A firm fixed price Requirements type contract is contemplated. The items and estimated quantities are as follows: CLIN 0001: NSN:1650-01-142-8094HS, P/N: 300300-1003, NOUN: Rudder Actuator, APPLICATION: KC-135, QUANTITY: Basic Year Qty is 39 ea, Option I Year Qty is 39 ea, Option II Year Qty is 39 ea. CLIN 0002: Data and Reports IAW DD Form 1423. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. This solicitation is to obtain an overhaul contract with 100% contractor furnished material. The approximate issue/response date will be 20 Feb 05/21 Mar 05. Deliveries are to be at a rate as follows: CLIN 0001: 10 each per month 30 Days ARO Reparables or Order, whichever is later. No telephone requests. Only written or faxed requests received directly from the requestor are acceptable. All responsible sources solicited may submit a bid, proposal, or quotation which shall be considered. Reply Fax Number is (405)739-4417, email meredith.gentry@tinker.af.mil, ATTN: Meredith Gentry, 405-739-7015. Qualification Requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. Authority: 10 U.S.C. 2304(c)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. Interested persons 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 forty five-days (thirty days if award is issued under an existing basic ordering agreement) 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 identifies 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. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Based on market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons 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. Note: An Ombudsman has been appointed to hear concerns from offerors or potential Offerors during the proposal development phase of this 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 are invited to call the Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
 
Place of Performance
Address: TBD
Zip Code: 73145
Country: UNITED STATES
 
Record
SN01172996-W 20061101/061030220341 (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.