Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
DOCUMENT

16 -- Turbine Speed Sensor - Solicitation 1

Notice Date
2/24/2009
 
Notice Type
Solicitation 1
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), DEFENSE LOGISTICS AGENCY; DLR PROCUREMENT OPS DSCR-ZBA;3001STAFF DRIVE; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
SPRTA1-09-R-0267
 
Response Due
3/11/2009 3:00:00 PM
 
Archive Date
5/27/2010
 
Point of Contact
Donna M Lovell,, Phone: 405-734-8105
 
E-Mail Address
donna.lovell@dla.mil
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR TURBINE SPEED SENSOR FOR F108 ENGINE NSN 6680-01-191-9345PN / PN#320-090-102-0 PR# FD2030-09-80965 Solicitation: # SPRTA1-09-R-0267 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. Solicitation number SPRTA1-09-R-0267 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFARS). The associated NAICS code is 336412. The contractor shall provide all supplies FOB Origin. The government anticipates award of a firm fixed price contract. The evaluation factors for this RFP are technical capability, delivery and price. The government intends to make award based on best value. "Best Value" means the expected outcome of the acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. The Government intends to award one contract as a result o f this solicitation. An offer will be considered non-responsive if technical acceptability and delivery are not met. DESCRIPTION OF REQUIREMENT: Turbine Speed Sensor Function: The speed Sensor consists of a mounting assembly, sensor assembly, identification and protect elements designed to meet the vibration and thermal environmental conditions. As the engine operates, the sensor gives both rotation speed indicators in cockpit and to engine system an electrical signal of which voltage is proportional to engine rotation speed. Dimensions: 34.63 inches in length by 3.42 inches in width by 3.42 inches in height. Material: Electrical Component in Aluminum Housing CLIN 0001 Turbine Speed Sensor (New Manufactured) 29 ea NSN: 6680-01-191-9345PN PN#302-090-102-0 AMC: 3Z CLIN 0002 (New/Unused Government or Commercial Surplus-Same as 0001) 29 ea NSN: 6680-01-191-9345PN PN#302-090-102-0 AMC: 3Z SURPLUS NOTES: Surplus material shall be new/unused material and acceptance inspection shall be conducted at contractor's facility by DCMA/QAR. Commercial off-the-shelf (COTS) surplus parts supplied by surplus vendor shall have the original FAA Form 8130-3 or Certificate of Conformance with appropriate documentation annotated by the OEM's manufacturing source. An incomplete, altered or incorrect FAA 8130-3 and/or Certificate of Conformance is unacceptable as an Airworthiness Release Record. A surplus vendor is a supplier not the manufacturer of subject part and cannot verify part meets FAA design and airworthiness standards. No commercially repaired, reconditioned or modified surplus COTS material will be authorized and/or acceptable for use in Military F108-CFM56-2B engines. FAA-PMA manufactured new/unused replacement parts that were approved for production under these methods, FAA designees, DER, DOA, DAS, Type of Certificate, Technical Standard Order Authorization and Etc. will not be authorized for use in Military F108 engines. ATA Spec 106 is not an FAA acceptable form and/or paper work for surplus material and will not be acceptable by the Air Force as an approval document. RESPONSE DATE: 11 Mar 09 @ 3pm CST REQUIRED DELIVERY: 30 Nov 09 DESTINATION: USAF - TAFB HISTORY: 29 ea 31 Dec 08 from CFMI QUALIFIED SOURCE: CFMI Specifications, plans or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Source must be approved prior to award and award will not be delayed due to pending qualification approval process. SOLICITIATION WILL BE POSTED TO FBO ONLY. INDIVIDUAL REQUESTS WILL NOT RECEIVE A RESPONSE AS FBO IS A PUBLIC ACCESS DOMAIN. EXPORT CONTROL DOES NOT APPLY. APPLICABLE FBO NOTES: 22, 23 SOLICITIATION CLAUSES: The following FAR, DFARs, AFFARS, AFMCFARS provisions and clauses apply to this acquisition and can be viewed at http://farsite.hill.af.mil/ : 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items (Oct 2008) 52.203-6 52.219-4 52.219-8 52.219-9 Alt II 52.219-16 52.219-28 52.222-19 52.222-21 52.222-26 52.222-35 52.222-36 52.222-37 52.222-39 52.222-50 52.225-13 52.232-33 525.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2008) 52.203-3 252.205-7000 252.219-7003 252.225-7001 252.225-7012 252.226-7001 252.232-7003 252.243-7002 252.247-7023 FAR 52.203-3 52.204-4 52.204-7 52.212-1 52.212-2(Evaluation Criteria shall be as specified above) 52.212-3 & Alt I (An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision.) 52.212-4 52.225-1 52.225-18 52.233-4 52.246-11 52.246-16 52.247-1 52.247-30 52.247-46 52.247-47 (CLIN 0001 & CLIN 0002 - Surface) 52.247-65 DFARS 252.209-7001 252.211-7003 252.212-7000 252.212-7001 252.225-7000 252.225-7002 252.225-7014 & Alt I 252.232-7010 AFMC FAR 5352.201-9101 (Ombudsman: DSCR-ZBB at (405) 734-8253) 5352.211-9002 (Surplus - CLIN 0002) 5352.211-9006 (Surplus -CLIN 0002) 5352.211-9011 (Surplus- CLIN 0002) 5352.211-9012 (Surplus - CLIN 0002) 5352.211-9016 (Surplus - CLIN 0002) 5352.211-9017 (Surplus-CLIN 0002) 5352.215-9004 (CLIN 0001 & CLIN 0002 CFM International Inc - Cage 58828) 5352.232-9002 (FRS2) 5352.247-9000 (Accounting Info will be specified on award document) PPIRS-SR USE OF PAST PERFORMANCE RETREIVAL SYSTEM Offerors are required to be registered in the Central Contractor Registration database (CCR) ( www.ccr.gov ). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, Wide Area Workflow Receipt and Acceptance (WAWF-RA). The website for registration is http://rmb.ogden.disa.mil. Submit proposals electronically to Donna Lovell through: e-mail @ Donna.Lovell@tinker.af.mil or Fax to: (405) 734-8106 or Mail to: Defense Logistics Agency - Aviation Det ATTN: Donna Lovell (DSCR-DZAB) 3001 Staff Drive, Ste 2AC4109H Tinker AFB OK 73145-3070 Proposal is due by 11 Mar 09 @ 3pm CST. Contact Donna Lovell @ (405) 734-8105 if additional information is needed.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a9512d1b53a0a7cf2a552bbedc2589b9&tab=core&_cview=1)
 
Document(s)
Solicitation 1
 
File Name: Combined Solicitation/Synopsis (COMBINED SYNOPSIS FORMAT.doc)
Link: https://www.fbo.gov//utils/view?id=046157fe44bed383c6b2b55e356c0c79
Bytes: 37.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: USA, United States
 
Record
SN01756041-W 20090226/090224221236-a9512d1b53a0a7cf2a552bbedc2589b9 (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.