Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SOLICITATION NOTICE

28 -- NOZZLE ASSEMBLY,TUR

Notice Date
5/11/2010
 
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-0533
 
Response Due
6/9/2010
 
Point of Contact
Susan Harrison, Phone 405-734-8128, Fax 000-000-0000, Email susan.harrison@tinker.af.mil - Sharita Culp, Phone 000-000-0000, Fax 000-000-0000, Email sharita.culp@tinker.af.mil
 
E-Mail Address
Susan Harrison
(susan.harrison@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Estimated issue date and estimated closing/response date:Issued 26 MAY 10Closes 25 JUN 10 2. PR# - FD2030-10-71360 RFP# SPRTA1-10-R-0533 3. Service/Spare/Repair/OH: Spares 4. AMC:1C 5. Nomenclature/Noun: Turbine, Nozzle Assembly 6. NSN: 2840-00-875-5110RV7. PN: 4564538. History: Award date: 10 DEC 2003, QTY: 26 ea., Awardee: J.T. SLOCOMB, CORP 9. Description: Approximate dimensions: length 29.6720 inches; width 26.6720 inches; height 4.7160 inches; weight 15.0000Primary material: STAINLESS STEELFunction: The 3rd Stage Vane and Shroud Assembly is located in the compressor between the 3rd and 4th stage disks. Purpose is to direct compressed air flow onto the 4th stage blades. 10. Total Line Item Quantity: L/I 0001 - MIN: 1, MAX: 21 Government F. A. Test may be required. L/I 0002 - MIN: 1, MAX: 21 New, Unused Surplus Material 11. Application (Engine or Aircraft): T33 12. Destination: FB2039 Tinker AFB, OK 73145-9013 13. Required Delivery: On or before 30 JUN 2011 14. Qualification Requirements: Exist 15. Export Control: Applies 16. UID: Note to Contractor: If unit price exceeds $5,000 then UID requirements will apply. 17. Qualified Sources: Barnes Group Inc. (Cage 31417)Timken Aerospace Transmissions, LLC (Cage 15152)United Technologies (Pratt & Whitney) (Cage 52661) 18. Set-aside: N/A 19. Mandatory Language: First articles may be required from newly approved sources. NEW/UNUSED GOVERNMENT SURPLUS will be considered for procurement. In accordance with FAR 5.207(c)(15)(ii), All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. AWARD WILL NOT BE WITHHELD AWAITING QUALIFICATION. For qualification information/source approval requests contact OC-ALC/BC, 3001 Staff Drive, Ste #1AC85A, Tinker AFB, OK 73145-3009. This acquisition involves technology that has a military or space application. The extent of foreign participation has not yet been determined. 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). Based upon 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. 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 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. Authority: 10 U.S.C. 2304(c) (1), Justification: supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. This notice of intent is not a request for competition. However, all proposals received within 45 days (30 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 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. 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. 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. 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: 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 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.Request for written quotation will be issued. Only written or faxed request received directly from the requestors are acceptable. The anticipated award date will be 60 days after the issuance of this notice. 20. Buyer name, phone#, and email address Questions concerning this synopsis or subsequent solicitation can be directed to the buyer Susan Harrison, 405-734-8128, susan.harrison@dla.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-10-R-0533/listing.html)
 
Record
SN02146330-W 20100513/100511235033-b1b4fe9e55436ba7e6387d3000e28ce7 (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.