Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2009 FBO #2834
SOLICITATION NOTICE

28 -- Turbine Nozzle - Combined Synopsis/Solicitation

Notice Date
8/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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, Oklahoma, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
SPRTA1-09-82030
 
Archive Date
11/30/2009
 
Point of Contact
Deborah K. Teubert, Phone: 4057348107, Donna M Lovell, Phone: 405-734-8105
 
E-Mail Address
deborah.teubert@tinker.af.mil, donna.lovell@tinker.af.mil
(deborah.teubert@tinker.af.mil, donna.lovell@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Turbine Nozzle for the for the F108 engine COMBINED SYNOPSIS/SOLICITATION FOR TURBINE NOZZLE ASSEMBLY NSN 2840-01-344-9157 / PN# 305-350-150-0 CFM PROGRAM LETTER 2006-07-016, KIT# AF33K1000SPK PR# FD2030-09-82030 Solicitation: # SPRTA1-09-R-82030 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-82030 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 and price. The government intends to make award to the acceptable offeror with the lowest evaluated cost or price, which is deemed responsible in accordance with the Federal Acquisition Regulation, and whose proposal conforms to the solicitation requirements. An offer will be considered non-responsive if technical acceptability is not met. The Government intends to award one contract as a result o f this solicitation DESCRIPTION OF REQUIREMENT: Turbine Nozzle Function: Directs cooling air to the LPT blades stages 1 thru 4 and nozzle vanes stages 2 thru 4 Dimensions: L x W X H = 4" x 3" x 2" Material: Rene 77 CLIN 0001 Turbine Nozzle (New Manufactured) BEQ: 52 Minimum 13/Maximum 78 NSN: 2840-01-344-9157 PN 305-350-150-0 AMC: 3Z Required Delivery: 6 each monthly 30 Sep 2009 Or CLIN 0002 Turbine Nozzle (New/Unused Government or Commercial Surplus - Same as 0001) BEQ: 52 Minimum 13/Maximum 78 NSN: 2840-01-344-9157 PN 305-350-150-0 AMC: 3Z Required Delivery: 6 each monthly 30 Sep 2009 SURPLUS NOTES: Surplus material shall be new/unused material and acceptance inspection shall be conducted at contractor's facility. 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. Authorized manufacturer's cage code and PN are listed above. Surplus vendors are not part manufacturers. No commercially repaired, reconditioned or modified surplus COTS material will be authorized and/or acceptable for use in Military F108-CFM56-2B engines. No FAA-PMA manufactured new/unused replacement parts that were approved for production under these methods, FAA designees, DER, DOA, DAS, is allowed unless specifically approved SAR package or 537 ACSS Engineering approval prior to acceptance inspection. PMA P/Ns are identified with either prefix/suffix to differentiate from OEM/PN and are not acceptable without prior approval. ATA Spec 106 is not an FAA acceptable form for surplus material. RESPONSE DATE: 10 Sep 09 @ 3pm CST REQUIRED DELIVERY: 6 each monthly by 30 Sep 2009 DESTINATION: USAF - TAFB HISTORY: 6 each 31 Mar 09 from CFMI QUALIFIED SOURCE: Competition is limited as only one responsible source exists and no other supplies will satisfy agency requirements. CFMI is currently the only qualified source who can manufacture this part. The Government does not have rights to P/N 305-350-150-0 manufacturing, production or process data. This information is proprietary to CFMI. Specifications, plans or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Qualification requirements do not exist. 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. 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 52.219-8 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 52.225-1 52.225-13 52.232-33 252.212-7001 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 52.204-4 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 52.225-18 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 252.225-7008 252.225-7009 252.225-7010 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 Deborah Teubert through: e-mail @ Deborah.Teubert@tinker.af.mil or Fax to: (405) 734-8107 or Mail to: Defense Logistics Agency - Aviation Det ATTN: Deborah Teubert (DSCR-ZBAB) 3001 Staff Drive, Ste 2AC4109H Tinker AFB OK 73145-3070 Proposal is due by 10 Sep 09 @ 3pm CST. Contact Deborah Teubert @ (405) 734-8107 if additional information is needed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-09-82030/listing.html)
 
Record
SN01928259-W 20090828/090827001939-7704a220dcbe4595dec2ea6bf34cb23d (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.