Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2011 FBO #3434
MODIFICATION

16 -- Remanufacture of F-16 scroll housing; NSN 1660-01-175-1301TP; P/N 2204825-1, -2, -4

Notice Date
4/18/2011
 
Notice Type
Modification/Amendment
 
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
FA8118-11-R-0012
 
Archive Date
10/1/2011
 
Point of Contact
Michelle Syth, Phone: 4057399444, David L Zawisza, Phone: 405-739-5457
 
E-Mail Address
michelle.syth@tinker.af.mil, david.zawisza@tinker.af.mil
(michelle.syth@tinker.af.mil, david.zawisza@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The Government intends to issue a solicitation on or after 28 Apr 11 for the overhaul/remanufacture of the F-16C/D scroll housing. This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such. Description: Noun: F-16 C/D Scroll Housing NSN: 1660-01-175-1301TP P/N: 2204825-1 and/or 2204825-2 and/or 2204825-4 A Firm Fixed Priced, five-year ID/IQ type contract consisting of a 1-year base period and four one-year options is contemplated. The requirements set forth in this notice are defined per Purchase Request FD2030-11-35976 as follows: 1. The contractor shall provide all labor, facilities, equipment, and material to accomplish overhaul/remanufacture. The work encompasses the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions required to return the item to a like new condition in accordance with the solicitation requirements and attachments. NOTE: THE TECH ORDER LISTED IN THE APPENDIX A/PWS, DOES NOT ADDRESS THE OVERHAUL/REMANUFACTURE REQUIRED BY THIS NOTICE. THE TECH ORDER WAS INCLUDED BECAUSE IT CONTAINS SOME INFORMATION PERTAINING TO THE SCROLL HOUSING. Technical Order distribution is authorized to the DoD and U.S. DoD contractors only. Requests for this document shall be referred to the point of contact listed below. Contractor must submit a copy of their current, up-to-date, approved DD Form 2345 (Military Critical Technical Data Agreement). 2. List of applicable CLIN's **Numbering of CLINS is not specific but for informational purposes only** Item: 0001 NSN: 1660011751301TP, SCROLL HOUSING P/N: 2204825-1, P/N: 2204825-2, P/N: 2204825-4 Minimum contract quantity: 5 each Maximum contract quantity: 250 each Best Estimated Quantity (BEQ): 50 each per year Applicable to: F-16 Required Delivery: 5 ea, 30 Calendar Days ARO Funded Order or Reparable Assets, Whichever is Later Item: 0002 Over & Above (To be negotiated) Delivery: As negotiated Item: 0003 Data (Not Separately Priced) Delivery: Based on delivery of CLIN 0001 assets 4. Because unique skills and repair knowledge are required to perform this work, sources must be approved in order to be considered for award. A complete and adequate data package is not available to be provided as a part of this solicitation. Offers from firms not identified as sources for this requirement will only be considered when it can be determined prior to award that the item or services being offered will meet the government's requirements. The following firms are identified as sources: NAME OF KNOWN SOURCE(s) CAGE CODE Honeywell _______________________________ 70210_____ Repair Tech International__________________3U531 ____ Firms other than those previously identified must express their interest in becoming an approved source in writing via e-mail or fax to the office identified in this notice. Unless determined to be in the Government's best interest, the Contracting Officer need not delay a proposed award in order to provide a potential offeror with an opportunity to demonstrate its capability. 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 but may hold discussion if it is deemed necessary. 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 NUMBERFOR SOLICITATION REQUESTS. Electronic procedures will be used for this solicitation. IAW FAR 5.207(c)(15)(i), all responsible sources may submit a bid, proposal, or quotation which will be considered by the agency Based upon market research, the Government is not using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested parties 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. All questions regarding this notice are to be submitted in writing via E-mail or Fax.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-11-R-0012/listing.html)
 
Record
SN02426976-W 20110420/110418234124-81b14c8db7b21c899c570843b3f3dd71 (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.