Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2010 FBO #3198
SOLICITATION NOTICE

J -- E-3 Electronic Control Panel, NSN 7050-01-430-0471 AW

Notice Date
8/25/2010
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
FA8117-10-R-0062
 
Archive Date
10/12/2010
 
Point of Contact
Amber N. McMurry, Phone: 405-739-4476
 
E-Mail Address
amber.mcmurry@tinker.af.mil
(amber.mcmurry@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government intends to issue a competitive solicitation on or about 9 September 2010 with a closing date of 11 October 2010 for the overhaul of the E-3 Electronic Control Panel. This notice of intent does not in itself represent the issuing of a formal request for proposal and is not intended to be taken as such. The requirements set forth in this notice are defined per PR FD2030-10-28298 as follows: 1. This is an Overhaul requirement. The contractor shall provide all the necessary materials, labor and equipment required to complete disassembly, cleaning, inspection, maintenance, reassembly, testing and finishing actions required to return the items to near original life expectancy. 2. The list of applicable CLIN's: a. CLIN 0001, NSN: 7050-01-430-0471 AW, Electronic Control Panel b. CLIN 0002, DATA (NOT SEPARATELY PRICED) c. CLIN 0003, OVER AND ABOVE (TO BE NEGOTIATED) 3. Expected Required Delivery referencing 2 above, a. CLIN 0001: Delivery shall be 1 each 30 Calendar Days ARO/REPS until order is complete. b. CLIN 0002: Based on delivery of CLIN 0001 assets. c. CLIN 0003: As negotiated. 4. Prequalification of sources is essential to maintain high quality and maximum operational safety. The requirements of FAR 9.202(a) apply. Sources must be qualified prior to being considered for award. Interested vendors that have not been previously approved for this acquisition must submit a Source Approval Request to the Source Development, Small Business Office which may be contacted @ 405-739-7243. As prescribed in FAR 9.202(e). The contracting officer need not delay a proposed award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification. 5. If unit price exceeds $5,000.00 then UID requirements will apply. Prospective vendors must comply with all the requirements of the solicitation and its attachments to be considered responsive. The Government does not intend to hold discussion(s) but may hold discussion(s) if it is deemed necessary. A one year basic with 2 one year options, fixed-quantity contract is contemplated. All responsible sources may submit a proposal, which shall be considered by the contracting agency. OMBUDSMAN (AUG 2005) (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 405-736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Electronic procedures will be used for this solicitation. Award will be made only if the offeror, the product/service, or the manufacturer 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8117-10-R-0062/listing.html)
 
Record
SN02254055-W 20100827/100825235055-8bbc32d98068dd3198d5850230d8e7b0 (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.