Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 11, 2009 FBO #2634
SOLICITATION NOTICE

16 -- B1 Servo Cylinders

Notice Date
2/9/2009
 
Notice Type
Presolicitation
 
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), DEPARTMENT OF THE AIR FORCE; BLDG 3001 SUITE 2AH81A; TINKER AFB;OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8118-09-R-0015
 
Response Due
3/26/2009
 
Archive Date
6/24/2009
 
Point of Contact
Kelli D Jones, Phone 000-000-0000, Fax 000-000-0000, - David L Zawisza, Phone 405-739-5457, Fax000-000-0000, />
 
E-Mail Address
elli.jones@Tinker.AF.Mil, DAVID.ZAWISZA@tinker.af.mil<br
 
Small Business Set-Aside
N/A
 
Description
PR Number(s): FD20300906816 Item: 0001NSN: 1650-01-261-9975, Noun: Pitch/Roll SCAS Servo-cylinderP/N: L5877400-071, Description: The Pitch/Roll SCAS (Stability Control and AugmentationSystem) servo-cylinder consists of an actuator, two electro hydraulicservo-valves, a hydraulic flow integrator, two differential pressureswitches, two solenoid operated shut off valves, four LVDTs (linearvariable transformer), various input and feedback linkages, and otherrelated components. This Pitch/Roll SCAS servo-cylinder is part of theB-1's primary flight control system. There are four of theseservo-cylinders per aircraft, two each providing pitch commands and twoeach providing roll commands.Total Line Item Qty: Min 9 each, Max 250 each Applicable to: B-1Destn: To Be Determined. Delivery - 9 each per month 45 days ARO. Item: 0002NSN: 1650-01-263-4504, Noun: Yaw SCAS Servo-cylinderP/N: L5877500-121,Description: This Yaw SCAS (Stability Control and Augmentation System)servo-cylinder consists of an actuator, an electro hydraulicservo-valve, two solenoid operated shutoff valves, proximity switches,an LVDT (linear variable transformer), various input and feedbacklinkages, and other related components. This Yaw SCAS servo-cylinder ispart of the B-1's primary flight control system driving the lowerrudder. There are two of these servo-cylinders per aircraft.Total Line Item Qty: Min 1 each, Max 65 each Applicable to: B-1Destn: To Be Determined. Delivery - 2 each per month 45 days ARO. Item: 0003NSN: 1650-01-263-4505, Noun: Yaw SCAS Servo-cylinderP/N: L5877500-131,Description: This Yaw SCAS (Stability Control and Augmentation System)servo-cylinder consists of an actuator, an electro hydraulicservo-valve, two solenoid operated shutoff valves, proximity switches,an LVDT (linear variable transformer), various input and feedbacklinkages, and other related components. This Yaw SCAS servo-cylinder ispart of the B-1's primary flight control system driving the lowerrudder. There are two of these servo-cylinders per aircraft.Total Line Item Qty: Min 1 each, Max 64 each Applicable to: B-1Destn: To Be Determined. Delivery - 2 each per month 45 days ARO. Item: 0004Description: The over and above items set forth below are not includedin the scope and prices of the basic work items inB-1(a). The workcalled for under these items shall be accomplished when directed by theACO in accordance with Clause 252.217-7028 entitled "Over and AboveWork" and Clause 5352.291-9000 hereof entitled "Additional Over andAbove Work Procedures".\par\*\par\*(1) Fixed Price Items.__RESERVED___\par\*\par\*(2) Fixed Hourly Rate Items. For theaccomplishment of work set forth in these items, the fixed hourly rateof TO BE NEGOTIATED per hour will be used in negotiating aprice.\par\*\par\* Basic $________\par\*Option I$________\par\*Option II $________\par\*Option III$________\par\*Option IV $________\par\*\par\*Performance of QualityAudits accomplished pursuant to Appendix 'A'. Contractor shall not bepaid for performance of Quality Audits as a result of which item(s) aredetermined unacceptable.\par\*\par\*Performace of work required toaccomplish Teardown Deficiency Reports (TDRS).\par\*\par\*Compliancewith new and/or revised technical order requirements not listed in thework specification and work procedures not presently contained in thework specification.\par\*\par\*ACO Negotiated Items\par\*\par\*DisposalCosts, including but not limited to associated packing and handlingincident to removal and return of residual GovernmentProperty.\par\*\par\*Items beyond economical repair shall be procesed inaccordance with Clause 5352.291-9005 entitled "End Items BeyondEconomical Repair (AFMC)".\par\*\par\*Repair, modification, and/orreplacement of exterior shipping Containers if reusable containers arenot furnished by the Government. Item No. 0005Description: Data and Reports - Not Separately Priced Item No. 0006Description: Premium Funds for Accelerated Delivery - up to 35 each peryear. To: SMITHS AEROSPACE ACTUATION SYSTEMS, LA, To: Moog Inc, East Aurora,NY, To: Boeing, Long Beach CA. To: Moog, Salt Lake Operations. Awardwill be made only if the offeror, the product/service, or themanufacturer meets qualification requirements at the time of award inaccordance with FAR clause 52.209-1. The solicitation identifies theoffice where additional information can be obtained concerningqualification requirements as cited in each individual solicitation.See Note(s) 26. The approximate solicitation issue date will be 6 MAR 09. Theanticipated award date will be MAY 2009. The Government contemplates awarding a firm fixed price IDIQ contractwith minimum and maximum contract quantity as stated above and anordering period of five years. The initial quantity ordered uponcontract award will be for the contract minimum quantity. Future ordersshall meet the quantities identified in Clause 52.216-19. Offers as toprice are to be made only for the minimum quantity. It is suggestedthat small business firms or others interested in subcontractingopportunities in connection with the described procurement make contactwith the firm(s) listed. Note: While price will be a significant factorin the evaluation of offers, the final contract award decision may bebased upon a combination of price and past performance factors asdetailed in the solicitation. Note: An Ombudsman has been appointed tohear concerns from offerors or potential Offerors during the proposaldevelopment phase of this acquisition. The purpose of the Ombudsman isnot to diminish the authority of the program director or contractingofficer, but to communicate contractor concerns, issues, disagreements,and recommendations to the appropriate government personnel. Whenrequested, the Ombudsman will maintain strict confidentiality as tosource of the concern. The Ombudsman does not participate in theevaluation of proposals or in the source selection process. Interestedparties are invited to call the Ombudsman at (405) 736-3273. Thesolicitation will be available for download on the release date fromFederal Business Opportunities website www.fedbizops.gov. Additionalinformation may be obtained from the Source Development Office,OC-ALC/BC, 3001 Staff Drive, Ste# 1AC85A, Tinker AFB OK 73145-3009. THEGOVERNMENT IS NOT REQUIRED TO DELAY CONTRACT AWARD TO REVIEW PENDINGSOURCE APPROVAL REQUESTS (SARs). Therefore, offerors are encouraged tosubmit SARs as soon as possible. If the Government has not completedreview of a SAR when the contract is awarded, the SAR will be retainedand the source will be reviewed for possible source approval for futureawards. All responsible sources may submit a bid, proposal or quotation,which shall be considered by the agency. HOWEVER, AWARD WILL NOT BEWITHHELD AWAITING QUALIFICATION.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5752a4c6a212149a785d51cb6b10ee20&tab=core&_cview=1)
 
Record
SN01746838-W 20090211/090209220012-5752a4c6a212149a785d51cb6b10ee20 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.