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 -- SHROUD SEGMENT,TURB

Notice Date
4/18/2011
 
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
SPRTA1-11-Q-0430
 
Response Due
4/18/2011
 
Point of Contact
James Menefee, Phone 405-734-8111, Fax 000-000-0000, Email james.menefee@tinker.af.mil
 
E-Mail Address
James Menefee
(james.menefee@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SynopsisPR: FD2030-11-81395 1.Estimated issue date and estimated closing/response date: Issue: 03 May 11Closes: 02 June 11 2. RFP# SPRTA1-11-Q-0430 3. Service/Spare/Repair/OH: Spares 4. AMC:1/C 5. Nomenclature/Noun: Shroud, Segment, Turbine 6. NSN: 2840-01-356-3536 NZ 7. PN: 4080380-01 8. History: Award date: United Technologies Corp, 28 Dec 2010, 235 each 9. Description/Function: Nickel Alloy; Dimensions: 8" x 1"; Function: Seal two stages of compression during engine operation. 10. Total Line Item Quantity: L/I 0001, 241 each, deliver schedule; 100 each monthly beginning 30 Dec 2011 11. Application (Engine or Aircraft): F100/229 Engine 12. Destination: SW3211, Tinker AFB, OK, 73145-8000 13. Required Delivery: 100 ea Monthly Beginning 30 Dec 2011 14. Qualification Requirements: Do exist. 15. Export Control Requirements: This is an Export Controlled Item 16. UID: Note to Contractor: If unit price exceeds $5,000, then UID requirements will apply. 17. Qualified Sources: United Technologies Corporation (Cage 52661) 18. Set-aside: N/A 19. Mandatory Language: NOTE: The Government currently intends to price and award this requirement under Pratt and Whitney Corporate Contract, SPM400-01-D-9405 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. 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. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contract with the firms(s) listed. Qualification Requirements: 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. 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 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 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. 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 James Menefee, 405-734-8118, james.menefee@tinker.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-11-Q-0430/listing.html)
 
Record
SN02427517-W 20110420/110418234650-52b83fcf8b8b9df294b433b9e9d1df0b (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.