Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2006 FBO #1817
SOLICITATION NOTICE

66 -- Combined Synopsis/Solicitation

Notice Date
11/15/2006
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8104-07-R-0145
 
Response Due
12/4/2006
 
Archive Date
12/19/2006
 
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 FD2030-07-80897. Combination synopsis/solicitation number is FA8104-07-R-0145. The solicitation is a request for proposal (RFP). Closing date for proposals will be received at the issuing office until 4:00 PM on 4 Dec 2006. A list of approved sources is as follows: Ametek Aerospace Products, Inc. (Cage: 097424). 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: 6685-00-370-9808OP, P/N: 6030T40P02. NOUN: Thermocouple Harness. Description: Three short probes, two long probes assembled on rigid tubing containing two separate circuits to each probe, differentiated by right hand assembly used to indicate inter-turbine temperatures. Application: TF34-100A. Required delivery schedules are as follows: 88ea to be delivered at a rate of 10ea starting 31 Jul 2007. Inspection/Acceptance: Origin. Higher Level Contract Quality Requirements: ISO 9001:2000 (or equivalent). Destination is Tinker AFB OK (FB2039). New/Unused government or commercial surplus acceptable- P/N and Mfg verification (E-420C, Mfg: 99207, P/N: 6030T40P02), prior government ownership (E-425), 100% end item inspection (E-426), Verifiable Dimensions (E-421, Design Activity: 99207, Drawing Number: 6030T40), and Other (Since there is a small quantity being considered, items shall be inspected by contractor for conformance to 100% of dimensions on drawing at the contractor?s facility and witnessed by a government Quality Representative (QAR). Surplus Remarks: Any signs of rust, corrosion or evidence of deterioration from age, improper packaging or preservation or evidence of disassembly or reconditioning in any manner are NOT acceptable. 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): (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. (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, 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: 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. The full text of any clause can be found at: http//: farsite.hill.af.mil. Proposals are due by 4 Dec 2006. Proposal should be mailed to: Michael Treanor/PKA, 3001 Staff Drive Ste 2AC1/109B, 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: Michael.Treanor@tinker.af.mil. Notes: 22.
 
Record
SN01181522-W 20061117/061115224525 (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.