Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2008 FBO #2288
MODIFICATION

J -- F108 MODULE 13/15

Notice Date
2/29/2008
 
Notice Type
Modification
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; 3001 STAFF DR;BLDG 3001 STE 2AH1109B; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8104-08-R-0168
 
Response Due
4/14/2008
 
Archive Date
7/13/2008
 
Point of Contact
Billie L Kindschuh, Phone 405-734-8107, Fax 405-734-8106, Email Billie.Kindschuh@tinker.af.mil
 
E-Mail Address
Email your questions to Billie Kindschuh
(Billie.Kindschuh@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS SYNOPSIS IS MODIFIED TO REFLECT THE EXISTENCE OF F108 MODULE 13/15 QUALIFICATION REQUIREMENTS. ALL INTERESTED VENDORS ARE ADVISED TO CONTACT THE SOURCE DEVELOPMENT OFFICE FOR THE QUALIFICATION REQUIREMENTS. REMANUFACTURE F108-100/200 TURBINE ASSEMBLY (MODULE 13/15) LOW PRESSURE UNION ASSEMBLY SOL FA8104-08-R-0168 PR FD2030-08-03889 OC-ALC/PKA TINKER AFB OK 73145-3015, For additional information contact Billie Kindschuh/PKA/(405) 734-8107. A firm fixed-price Requirements type commercial contract is contemplated with one basic year and 4 (four) one year options for remanufacture of F108/CFM 56-2A/2B Module 13/15. Item 0001: NOUN: Remanufacture F108 Module 13/15 (USAF) Input/Output NSN 2840-01-229-5786PN, P/N: 305-482-301-0 and/or 305-482-302-0, and/or 305-482-303-0. BEQ as follows: 20 EA Basic Year; 20 EA OPT I; 20 EA OPT II; 20 EA OPT III; 20 EA OPT IV. Item 0002: NOUN: Remanufacture F108 Module 13/15 (USN) Input/Output NSN 2840-01-229-5786PN, P/N: 305-482-303-0-2A. BEQ as follows: 3 EA Basic Year; 3 EA OPT I; 3 EA OPT II; 3 EA OPT III; 3 EA OPT IV. Applicable to: F108 Engine, KC-135R Aircraft. Destn: Tinker Air Force Base OK 73145-3032. Item 0003: CEMS Reporting IAW CDRL and DID. Item 0004: AFMC Form 413 Depot Production Maintenance Report IAW CDRL and DID. Item 0005: CAVAF Reporting IAW CDRL and DID. Description: The LP Turbine Rotor and Stator Module is a 4-stage axial-type mechanical assembly composed of both rotating and non-rotating components. These components consist of abradable materials and high strength nickel alloys. The Turbine Frame Module is a structural assembly consisting of a hub and a multisided outer casing connected through slanted struts. It is a weldment composed of a nickel alloy material. Function: The LP Turbine rotor and Stator module converts hot gas pressure and velocity downstream of the HPT into mechanical power to drive the fan rotor and booster assembly. The turbine frame assembly supports the low pressure turbine rotor rear section and provides for engine rear mounting on the airframe. Delivery: Item 0001: 2 EA per month 30 days ARO and receipt of reparable assets. Item 0002: 2 EA per month 30 days ARO and receipt of reparable assets. Qualification requirements: Sources must be qualified prior to being considered for award. Qualification requirements are not available for this acquisition. These qualification requirements apply to line item(s) 0001 and 0002. The approximate solicitation issue date is 01 FEB 2008 and the estimated solicitation response date will be 03 MAR 2008. The anticipated award date will be 21 MAY 2004. RMC: R2Z. History: last buy Nov 03, Chromalloy Component Services Inc., QTY: 20 EA Unit price: <$310,000.00 Electronic procedures will be used for this solicitation through FedBizOpps at http://www.eps.gov/. Approved Sources are General Electric Engine Services, Cincinnati, OH 45215-1988; Chromalloy Component Services Inc., San Antonio, TX 78226-1838; Propulsion Technology Corp., Miami, FL, and Snecma Services, FR. All responsible sources solicited may submit a bid, proposal, or quotation that shall be considered. 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. 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. Specifications, plans, or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Please contact: OC-ALC/BC, ATTN: Source Development Office, 3001 Staff Dr Ste 1AG85A, Tinker AFB OK 73145-3009 in writing for further information concerning the source approval process. 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. 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. Note: Faxed solicitation requests can be submitted to OC-ALC/LPKPA, Tinker AFB OK 73145-3015, FAX Number (405) 739-4237. Request for Written Proposal will be posted to FedBizOpps. See Note (s) 23.
 
Record
SN01520810-W 20080302/080229224857 (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.