Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
MODIFICATION

16 -- Remanufacture/Overhaul F-16 Fuel Metering Pump; NSN 2915-01-147-2644RK; P/N 44143 - Amendment 2

Notice Date
5/31/2011
 
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-0028
 
Archive Date
10/1/2011
 
Point of Contact
Michelle Syth, Phone: 405-739-9444, 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
AMENDMENT 0002 The Government intends to issue a solicitation on or after 15 April 2011 for the overhaul/remanufacture of the F-16 Fuel Metering Pump. 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: Pump, Fuel Metering NSN: 2915-01-147-2644RK P/N: 44143 This is an off-load type effort. A Firm Fixed Priced, three-year requirements type contract consisting of a one-year base period and two one-year options is contemplated. The requirements set forth in this notice are defined per Purchase Request FD2030-11-36440 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 any solicitation requirements and attachments. NOTE: 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** a. CLIN 0001: Overhaul/remanufacture NSN: 2915-01-147-2644RK, P/N: 44143 Best Estimated Quantity Basic Yr: 72Ea Option I: 72Ea Option II: 72Ea b. CLIN 0002: DATA (NOT SEPARATELY PRICED) c. CLIN 0003: OVER AND ABOVE (TO BE NEGOTIATED) 3. Required Delivery (referencing 2 above), a. CLIN 0001: 6EA every 30 days until all ordered quantities are delivered. 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 previous approved for this acquisition must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office @ 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 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. **AMENDMENT 0001 ISSUED 20 MAY 11** **AMENDMENT 0002 ISSUED 31 MAY 11** All questions regarding this notice are to be submitted in writing via E-mail or Fax. Q&A: Q) In T.O. 6J15-13-11-3, the note under Chapter 8.1 references a hydraulic motor which is to be removed from the fuel flow proportioner (pump) prior to servicing and testing of the proportioner. My question is whether or not this hydraulic motor (governed by TO 6J15-13-12-3) is required to be included in the workscope for the subject solicitation. A) Only NSN 2915-01-147-2644RK is to be overhauled/remanufactured on this effort. Q) If we are not to overhaul the motor and the motor is not operational we are not required to replace the motor or fix the motor as part of the scope of work? A) The Motor, hydraulic should be removed before the Pump, Fuel, Metering is shipped for overhual/remanufacture. However, if Pump, Fuel,Metering (2915-01-147-2644RK) is received with Motor, Hydraulic (1650-01-568-1044), contractor shall remove Motor, Hydraulic and request disposition instructions from Production Management Specialist. "IAW the SDR process in the PWS". This language will be incorporated into the PWS via solicitation amendment. Q) Pertaining to the solicitation/contract, the Bidder/Offeror is required to complete blocks 11, 13, 15, 21, 22, & 27. In the same block that lists these requirements, there is a letter "J" provided. To what does this pertain? Section "J"? A) The letter J in this block (located at the top of page 1) indicates the pricing type. In this instance, the pricing type is Firm-Fixed-Priced. Q) Also pertaining to the solicitation/contract, in Section B are Items 0002 and 0003 to be negotiated after contract award based on Items 0001AA, 0001AB, and 0001AC? A) Item 0003, Data, is Not Separately Priced (NSP). Any costs associated with this item should be included in item 0001. Item 0002, Over and Above, will be negotiated on an as needed basis after award. Q) Do discounts for prompt payment need to be addressed in this bid due May 23, at 4PM or is this an item that will be negotiated at a later date? A) The prompt payment discount should be included in the offer. See FAR clauses 52.232-8 and 52.232-25 for additional details. Q) The "Total Evaluated Price" is defined on page 35 of 35 of the solicitation as including the "basic requirement (item 0001AA) and all options (items 0001AB and AC) plus other associated factors such as: first article testing cost, transportation cost, price evaluation adjustments for Small Disadvantaged Business Concerns, and application of labor hours to labor hour rates, etc." Do all of these "other associated factors" need to be addressed in the bid which is due May 23 at 4PM or will they be negotiated at a later date? A) Any applicable "other associated factors" should be included in the offer since they are a part of the price evaluation factor. Q) On the solicitation contract in block 13, a contractor offeror code and a facility code are requested. What are these and where might we obtain them? A) The contractor offeror code is the cage code of the specific offeror responding to the solicitation. The facility code is only required if the actual work is to be performed at a facility other than the one associated with the offeror code. Your cage code can be found at http://bpn.gov/ Q) In Section B Item No. 0001 what does "Other than high value item" mean in regards to Limitation of Liability? A) This indicates the applicable Limitation of Liability FAR clause for that item. Q) In Section B Item No. 0001 what does PACRN and PAA mean? A) PACRN is a Packaging Reference Number. The PACRN is a 3-position code that identifies the packaging information for a specific line item or delivery item (i.e. PAA). The PACRN will cross reference the applicability in the Line Item Schedule to the packaging clauses (for example see section D, Packaging and Marking). Q) During overhaul/remanufacture of a subject Fuel Flow Proportioner, please confirm the contractor is required to cover all costs incurred above their fixed price given for Item Nos. 0001AA, 0001AB, and 0001AC and up to the BER threshold of 75% of the stock price. If a unit's remanufacture/overhaul cost exceeds the BER threshold (75% of stock price), is the contractor required to cover all costs incurred above their fixed price given for Item Nos. 0001AA, 0001AB, and 0001AC? A) Both the Appendix A/PWS and solicitation discuss what to do in the event an item is considered BER. Additionally, regardless of whether an item is BER or not, the contractor is required to cover all costs incurred above their fixed price unless Over and Above is deemed to be acceptable. See the Appendix A/PWS and solicitation for additional details on Over and Above work. Q) In block 5 of the Solicitation/Contract, the Solicitation Type is listed as "Negotiated." Other than submittal of the signed Solicitation/Contract and all other required documents, will an opportunity for discussion be provided prior to contract award? A) Section M, Evaluation Factors for Award address discussions. Q) In TO 6J15-13-11-3 in the Introduction Section page iii/iv under paragraph 4. Repair Kits., the first two sentences read "Some repair parts for the component covered in this manual are provided in the form of a kit. The Illustrated Parts Breakdown identifies these parts." However, we have not found an itemization of the parts contained within the kit is listed by PN 81503-1 in the MPL, but no further identification is provided. Please provide the components of this kit. A) This parts list can be requested. Please follow the same procedures as if requesting a T.O. Q) [It was previously] indicated that only the proportioner NSN 2915-01-147-2644 is to be overhauled by this solicitation and not the hydraulic motor or, as I understand it, the assembly PN 60957. To this end, what other and/or attaching parts need not be addressed in the overhaul of the proportioner? As an example, the solicitation requires 100% replacement of, among other parts, Figure 10 & Index 3, PN M25988/1-135 packing, but this packing is at the same indentation level as the proportioner itself. In other words, if we are to receive, overhaul, and test only the proportioner (utilizing a slave hydraulic motor), we will not be able to install this packing since it goes between the proportioner and hydraulic motor. A) T.O. 33DA36-88-1 Operation and Maintenance Instructions; Fuel Flow Proportioner Test Stand, has the requirements to test the Proportioner. The O ring can be changed as per T.O. 33DA36-88-1. (i.e. Put a new O ring on when you put the Fuel Flow Proportioner on the slave hydraulic motor.) Q) Is the stock list price of $13,123.08, listed in Item No. 0001, the government price for a new proportioner? A) The stock list price (SLP) is the price we have on record for what a new proportioner would cost. See page 3of the solicitation for additional information regarding the SLP.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-11-R-0028/listing.html)
 
Record
SN02460158-W 20110602/110531234258-215f3b1b94d5f94649d7939fc0966a26 (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.