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
SOLICITATION NOTICE

28 -- Seal Air, Aircraft, G for the F108 Engine, AMC Code 3Z

Notice Date
4/18/2011
 
Notice Type
Presolicitation
 
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
SPRTA1-11-R-0434
 
Archive Date
6/15/2011
 
Point of Contact
Ryan P. Newton, Phone: 4057395501
 
E-Mail Address
ryan.newton@tinker.af.mil
(ryan.newton@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis FD2030-11-81071 Seal Air, Aircraft, G, P/N 1498M93G05 1. Estimated issue date 8 April 2011 and estimated closing/response date 29 April 2011. 2. RFP #: SPRTA1-11-R-0434 3. PR#: FD2030-11-81071 4. Nomenclature/Noun: Seal Air, Aircraft, G 5. NSN: 2840-01-146-9378 PN 6. PN: 1498M93G05 7. Application (Engine or Aircraft): F108 8. AMC: 3Z 9. Procurement History: Contract FA810408G0002UNKB, 9 each, 10 SEP 2010; Contract FA810408G0002UNLH, 14 each, 21 JUL 2010. 10. Description: THE 4 STEP HONEYCOMB SEAL MATES WITH HPT ROTOR INDUCER SEAL TO HELP MAINTAIN THE PROPER AMT OF COOLING AIR FLOW AND ROTOR THRUST. 11. Dimensions: 36"L x 5"W x 36"H, 10 LBs Wght. 12. Material: HIGH GRADE ALLOY 13. L/I 0001: (New Manufacture) BEQ(Best Estimated Quantity): 28 each Min: 7 each, Max: 42 each Required Delivery: 28 each on or before 30 May 2011 or earlier. Delivery Location: SW3211, Tinker AFB L/I 0002: (New/Unused Government or Commercial Surplus**) BEQ(Best Estimated Quantity): 28 each Min: 7 each, Max: 42 each Required Delivery: 28 each on or before 30 May 2011 or earlier. Delivery Location: SW3211, Tinker AFB **Surplus proposals must be able to provide the entire required qty in order to be considered. ALL surplus requirements must be met in order for surplus to be considered for award. The solicitation will identify the specific surplus requirements. 14. Qualified Source: CFM International Cage 58828 15. Surplus: New/unused Government or Commercial surplus is acceptable. Evaluation Criteria: Part Number & Manufacturer verification, Prior Government Ownership, & Verifiable Dimensions; Surplus material shall be new/unused material only & acceptance inspection shall be conducted at contractor's facility by DCMA/QAR. Commercial off the shelf (COTS) surplus parts, supplied by a surplus vendor, shall have the original FAA Form 8130-3 or Certificate of Conformance with the appropriate documentation annotated by the OEM's manufacturing source. An incomplete, altered or incorrect FAA 8130-3 and/or Certificate of Conformance are unacceptable as an airworthiness release record. A surplus vendor is a supplier, not the manufacturer of subject part and cannot verify part meets FAA design and Airworthiness standards. JUSTIFICATION FOR UNACCEPTALBE SURPLUS MATERIAL: No commercially repaired, reconditioned or modified surplus COTS material will be authorized and/or acceptable for us 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 OC-ALC/GKGBAB Engineering approval prior to acceptance inspection. PMA P/N's are identified with either prefix/suffix to differentiate from OEM P/N and are not acceptable without prior approval. ATA Spec 106 is not an FAA acceptable form for surplus material. 16. Data review discloses that the required data rights are not in Government possession and cannot be economically obtained. Currently, CFMI is the only source listed on this source control drawing and is thus the only known source for this item. 17. Electronic procedures will be used for this solicitation. Only written or faxed request received directly from the requestors are acceptable. Authority: Section 4202 of the Clinger Cohen Act of 1996, as implemented by FAR 13.501, as only one responsible sources 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 the above. The solicitation will identify the office where additional information can be obtained concerning qualifications requirements as cited in each individual solicitation. 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 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 Ombudsman at (405) 736-8253. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. 18. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. One or more of the items under this acquisition is subject to Free Trade Agreements. 19. Export Control does not apply. 20. Qualification Requirements do not apply. 21. Point of Contact: Ryan Newton, (405)739-5501 or ryan.newton@tinker.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-11-R-0434/listing.html)
 
Record
SN02427118-W 20110420/110418234253-1b69ab6a34558bc9e6120ccdd1642ab5 (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.