Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2010 FBO #3011
SOLICITATION NOTICE

28 -- F-100 FAIRING,TURBINE,AIR

Notice Date
2/19/2010
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
DEFENSE LOGISTICS AGENCY; DLR PROCUREMENT OPS DSCR-ZBA;3001 STAFF DRIVE; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
SPRTA1-10-R-0311
 
Response Due
4/8/2010
 
Point of Contact
Tasha L Pargali, Phone 405-734-8126, Fax 405-734-8129, Email tasha.pargali@tinker.af.mil
 
E-Mail Address
Tasha Pargali
(tasha.pargali@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Estimated issue date and estimated closing/response date issued 09 March 2010, 08 April 2010 2. PR# - FD2030-10-71002 3. Service/Spare/Repair/OH - SPARE 4. AMC - 1C 5. Item: FAIRING,TURBINE,AIR 6. NSN - 2840012149746NZ 7. PN - 4065980 8. Description: DIM: 17.480" LENGTH; 17.480" WIDTH; APPROX 1.2" HEIGHT; APPROX 2 LBS WEIGHT; MATERIAL: PRIMARY AMS5581 OR PWA 1069 NI ALLOY FUNCTION: FAIRING SUPPORT COMBUSTOR ASSY IN DIFFUSER CASE. Not a small business set aside. Qualified Sources: UNISON ENGINE COMPONENTS, UNITED TECHNOLOGIES CORPORATION 9. Total Line Item Quantity: Contractor First Article Test and Data may be required. A firm fixed price multi-year contract (3-Year MYC) is contemplated. The items, estimated quantities and required deliveries are as follows:Total 3 Year Requirement (BEQ): 199 EAMin Order QTY: 17 EA, Max Order Qty: 99 EA, Total Contract Max QTY: 299 EA.Current Requirement for LI 0001: 44 EA10. Application (Engine or Aircraft) - F100 Engine 11. Destination: FB2039, Tinker AFB, OK., 73145-9013, If Contractor First Article required, "FA8111", "A plant" 12. Delivery: Required Delivery - 15 EA monthly beginning 31 Jan 2011 13. Qualification Requirements exist. 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 required. Foreign owned firms are advised to contact the contracting officer or program manager before submitting a proposal to determine whether there are restrictions on receiving an award. 15. UID: Note to Contractor: If unit price exceeds $5,000 then UID requirements will apply. 16. Mandatory Language: IAW FAR 5.207(c)(15)(i), All responsible sources may submit a bid, proposal, or quotation which will be considered by the agency 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: 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. Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer 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 Ombudman 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 the 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) 734-8253. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Award will be made only if the offeror, the product/service, or the manufacture meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. AWARD WILL NOT BE WITHHELD AWAITING QUALIFICATION. 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. Based on market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.fbo.gov. Questions concerning this synopsis or subsequent solicitation can be directed to Tasha Pargali at (405) 734-8126, fax (405) 734-8129, or e-mail tasha.pargali@tinker.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-10-R-0311/listing.html)
 
Record
SN02069432-W 20100221/100219234931-da5eaff6de98c5c7d974e703ca04387e (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.