SOLICITATION NOTICE
28 -- LINER,COMBUSTION CH
- Notice Date
- 7/20/2011
- Notice Type
- Presolicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- DEFENSE LOGISTICS AGENCY; DLR PROCUREMENT OPS DSCR-ZBA;3001STAFF DRIVE; TINKER AFB; OK; 73145
- ZIP Code
- 73145
- Solicitation Number
- SPRTA1-11-R-0532
- Response Due
- 7/20/2011
- Point of Contact
- James Menefee, Phone 405-734-8118, Fax 000-000-0000, Emailjames.menefee@tinker.af.mil
- E-Mail Address
-
James Menefee
(james.menefee@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- PR: FD2030-11-81405 RFP: SPRTA1-11-R-0532 New Manufactured Material: A firm fixed price contract is contemplated.The items, estimated quantities and required deliveries are as follows: CLIN 0001: NSN: 2840-01-461-3767 NZ / P/N: 4084715-01/ NOUN: Liner,Combustion Ch / Applicable to F100 Engine / QTY: 15 / Delivery: 3 ea Onor Before 31 May 2013. Contractor First Article Requirements may apply: First Article (FA)testing may be required for this requirement, however; it is notrequired of Original Equipment Manufacturer (OEM). If another source isinterested in becoming qualified, an amendment will be issued adding FAtest line items and revising Section L & M of this document forevaluation of offers. This is an Export Controlled item A firm fixed price contract is contemplated. The items, estimatedquantities and required deliveries are as follows: Min Qty: 1Max Qty: 39 Delivery: 3 ea On or Before 31 May 2013. AMC: 1/C The approximate solicitation issue date will be: 04 Aug 2011.The approximate response date will be: 06 Sep 2011.The anticipated award date will be: 30 Sep 2011. History: 26 Mar 2008, Dynamic Gunver Technologies, LLC (Cage: 1J4P3), 5EA at $31,500.00 Buyer: James Menefee, Ph: 405-734-8118; Fax: 405-734-8129;james.menefee@tinker.af.mil Due to the complexity and criticality of this part, only manufacturersthat have successfully completed all testing required by the originalcompany responsible for the design, or manufacturers that havesuccessfully completed all testing on items determined by the Governmentto be similar in complexity and criticality, can be considered approvedsources for this item. Current qualified sources are: United Technologies Corp, (Cage: 52661),and Unison Engine Company, (Cage: 1J4P3), Authority: 10 U.S.C.2304(C)(1), Justification: Supplies (or Services) required are availablefrom only one or a limited number of responsible source(s) and no othertype of supplies or services will satisfy agency requirements. Theproposed contract action is for supplies in which the Government intendsto solicit and negotiate with only one, or a limited number of sourcesunder authority of FAR 6.302. All proposals received within 45 days after date of publication of thissynopsis will be considered by the Government. A Determination by theGovernment not to compete this proposed contract based upon responses tothis notice is solely within the discretion of the Government.Information received will normally be considered solely for the purposeof determining whether to conduct a competitive procurement. Award will be made only if the offeror, the product/service, or themanufacture meets qualification requirements at the time of award inaccordance with FAR clause 52.209-1. The solicitation identifies theoffice where additional information can be obtained concerningqualification requirements as cited in each individual solicitation. Itis suggested that small business firms or others interested insubcontracting opportunities in connection with the describedprocurement make contact with the firm(s) listed. Specifications,plans, or drawings relating to the procurement described are incompleteor not available and cannot be furnished by the Government. Based on market research, the Government is not using the policiescontained in Part 12, Acquisition of Commercial Items, in itssolicitation for the described supplies or services. However,interested persons may identify to the contracting officer theirinterest and capability to satisfy the Government's requirement with acommercial item within 15 days of this notice. Award will be made only if the offeror, the product/service or themanufacturer meets qualification requirement at time of award, inaccordance with FAR clause 52.209-1 or 52.209-2. The solicitationidentifies the office where additional information can be obtainedconcerning qualification requirements and is cited in each individualsolicitation. This acquisition may/does involve technology that has a military orspace application. The only US contractors who may participate arethose that are certified and registered with DLSC (1-800-352-3572) andhave a legitimate business purpose. US contractors must submit a copyof their current, approved DD Form 2345 with their request forsolicitation. The form, including instructions for completing the form,is available athttp://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. The solicitation/data package will be mailed to the datacustodian identified in block 3 of the DD Form 2345. The extent offoreign participation has not yet been determined. MOU country sourcesmust contact the Contracting Officer within 15 calendar days of the dateof this synopsis notice to receive a copy of the solicitation at thetime it is initially issued. Issuance of the RFP will not be delayed toreview requests from MOU country sources received after 15 days or fromnon-MOU country sources. Nothing in this notice contradicts otherrestrictions, 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 butcould, if otherwise eligible, participate as subcontractors). Here is the language from FAR 5.207 (c)(15) (i) Except when using the sole source authority at 6.302-1, insert astatement that all responsible sources may submit a bid, proposal, orquotation which shall be considered by the agency. Note: An Ombudsman has been appointed to hear concerns from Offerors orpotential Offerors during the proposal development phase of thisacquisition. The purpose of the Ombudsman is not to diminish theauthority of the program director or contracting officer, but tocommunicate contractor concerns, issues, disagreements, andrecommendations to the appropriate government personnel. When requested,the Ombudsman will maintain strict confidentiality as to source of theconcern. The Ombudsman does not participate in the evaluation ofproposals or in the source selection process. Interested parties areinvited to call the Ombudsman at (405) 736-8253. DO NOT CALL THISNUMBER FOR SOLICITATION REQUESTS.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-11-R-0532/listing.html)
- Record
- SN02505385-W 20110722/110721004349-974123177122b7f79c6b80f4343ac8f2 (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 |