Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

28 -- DISK COMPRESSOR AIR

Notice Date
5/4/2009
 
Notice Type
Presolicitation
 
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; 3001 STAFF DRIVE; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
SPRTA1-09-R-0453
 
Response Due
6/18/2009 11:59:00 PM
 
Archive Date
9/16/2009
 
Point of Contact
Tasha Pargali, Phone 405-739-7580, Fax 405-734-8106, />
 
E-Mail Address
tasha.pargali@tinker.af.mil<br
 
Small Business Set-Aside
N/A
 
Description
Synopsis and solicitation for SPRTA1-09-R-0453 replaces Solicitations FA8104-08-Q-0184 and SPRTA1-09-Q-0177. Duration of Contract Period: 31 Dec 2010Electronic procedure will be used for this solicitation. Sole Source to General Electric Co (Cage: 07482). New and unused Government or Commercial Surplus may be considered acceptable. 1. Estimated issue date and estimated closing/response date issued 19 May 2009,Closes 18 June 20092. PR Number(s): FD20300871456, FD203009805613. Service/Spare/Repair/OH - SPARE4. AMC - 2C5. Item: DISK COMPRESSOR AIR6. NSN - 2840007987929PL7. PN - 108R747P28. Description: Size/Dimensions: 25.5" OD and 4" ID by 0.75" wideForm/Fit/Function: Stg 12 compressor disc. Has 97 slots around the OD for retaining compressor blades. Material of Manufacture: Steel alloy 9. Total Line Item Quantity: Total QTY: 21 EA10. Application (Engine or Aircraft) - J79 Engine11. Destination: FB2039, Tinker AFB, OK., 73145-9013 and FMS COUNTRIES. 12. Delivery: Required Delivery - 31 Dec 201013. Qualification Requirements exist. See note 14. Export Control : Yes See note15. UID: Note to Contractor: If unit price exceeds $5,000 then UID requirements will apply. 16. Mandatory Language: 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 (405-739-4437). DO NOT CALL THISNUMBERFOR SOLICITATION REQUESTS. Qualification Requirements: Due to the complexity and criticality of this part, only actual manufactures that have successfully completed all testing required by the original company responsible for the design, or manufacturers that have successfully completed all testing on items determined by the government to be similar in complexity and criticality and can be considered approved sources for this item. 14. Export Control: N/A15. UID: Note to Contractor: UID requirements will apply. Note 22: The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source 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 with 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. EXPORT CONTROLLED DATA: This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. The form, including instructions for completing the form, is available at http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). Note 23: Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9509ac5eb833fa3354353331651f0757&tab=core&_cview=1)
 
Record
SN01808189-W 20090506/090504220332-9509ac5eb833fa3354353331651f0757 (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.