Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2011 FBO #3602
SOLICITATION NOTICE

48 -- BODY,VALVE

Notice Date
10/3/2011
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; BLDG 3001 SUITE 2AH81A; TINKER AFB;OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8118-11-R-0058
 
Response Due
10/3/2011
 
Point of Contact
Magnus Kennedy, Phone 405-739-5463, Fax 000-000-0000, Emailmagnus.kennedy@tinker.af.mil
 
E-Mail Address
Magnus Kennedy
(magnus.kennedy@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
All questions regarding this notice are to be submitted in writingvia E-mail or Fax. All questions submitted to this office are subjectto be posted in this notice along with the appropriate response(s).Vendor identities will not be disclosed. The Government intends to issue a solicitation on or after 17 October2011 for the overhaul/remanufacture of E-3 Engine Bleed Air ValveHousing. This notice does not in itself represent the issuance of aformal request for proposal and is not intended to be taken as such. Description:Engine Bleed Air Valve Housing NSN: 4810-01-026-5296TPP/N: 89D02 A Firm Fixed Priced, five-year requirements contract consisting of abase year and four one-year options is contemplated. The requirements set forth in this notice are defined per PurchaseRequest FD2030-11-36937 as follows: 1. The contractor shall provide all labor, facilities, equipment, andmaterial to accomplish overhaul/remanufacture of the E-3 Engine BleedAir Valve Housing. The work encompasses the disassembly, cleaning,inspection, maintenance, re-assembly, testing, and finishing actionsrequired to return the item to a like new condition in accordance withthe 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 tothe point of contact listed below. Contractor must submit a copy oftheir current, up-to-date, approved DD Form 2345 (Military CriticalTechnical Data Agreement). We are not responsible for untimely ormisdirected requests. 2. List of applicable CLIN's **Numbering of CLINS is not specific but for informational purposesonly** a. CLIN 0001: Overhaul/remanufacture of E-3 Engine Bleed Air ValveHousingNSN: 4810-01-026-5296TP; P/N: 89D02 Best Estimated Quantity Basic Yr:15 eachOption I:15 eachOption II:15 eachOption III:15 eachOption IV:15 each b. CLIN 0002: OVER AND ABOVE (TO BE NEGOTIATED) c. CLIN 0003: DATA (NOT SEPARATELY PRICED) 3. Required Delivery (referencing 2 above), a. CLIN 0001: 3 ea per month, 30 days ARO and reps.b. CLIN 0002: As negotiatedc. CLIN 0003: Based on delivery of CLIN 0001 assets 4. Prequalification of sources is essential to maintain high quality andmaximum 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 thisacquisition must submit a Source Approval Request (SAR) package to theSource Development, Small Business Office @ 405-739-7243. As prescribedin FAR 9.202(e). The contracting officer need not delay a proposed awardin order to provide a potential offeror with an opportunity todemonstrate its ability to meet the standards specified forqualification. Currently approved sources:Honeywell (02LU7)Aerospace Coatings International (3FB93)Grimes DBA Honeywell (72914) 5. If unit price exceeds $5,000.00 then UID requirements will apply Prospective vendors must comply with all the requirements of thesolicitation and its attachments to be considered responsive. TheGovernment does not intend to hold discussion but may hold discussion ifit is deemed necessary. OMBUDSMAN (AUG 2005) (An Ombudsman has been appointed to hear concernsfrom offerors or potential offerors during the proposal developmentphase of this acquisition.) The purpose of the Ombudsman is not todiminish the authority of the program director or contracting officer,but to communicate 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 405-736-3273. DO NOT CALL THISNUMBERFOR 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 policiescontained in Part 12, Acquisition of Commercial Items, in itssolicitation for the described supplies or services. However, interestedparties may identify to the contracting officer their interest andcapability to satisfy the Government's requirement with a commercialitem within 15 days of this notice. All questions regarding this notice are to be submitted in writing viaE-mail or Fax (Email is preferred). All questions submitted to thisoffice are subject to be posted in this notice along with theappropriate response(s). Vendor identities will not be disclosed. Item: 0001NSN: 4810010265296TP BODY,VALVEP/N: 89D02-2, Description: DIM: 7.0"L; 5.0"W; 3.97"H; 5.0LB WT; MATERIAL:STEEL; FUNCTION: BODY ASSY USED ON E3 VALVE. SERVES AS MOUNT FORACTUATOR ASSY AND JUNCTION BOX. ALSO HOUSES THE BUTTERFLY ASSYQuantity: 0.0000 EA Destn: FB2039,Tinker AFB,OK,73145-9013. Delivery: *30 Calendar Days *ARO Funded Order or Reparable Assets,Whichever is Later, 3.00 Item: 0002 Description: The over and above items set forth below are not includedin the scope and prices of the basic work items inB-1(a). The workcalled for under these items shall be accomplished when directed by theACO in accordance with Clause 252.217-7028 entitled "Over and AboveWork".\par\*\par\*(1) Fixed Price Items. __RESERVED___\par\*\par\*(2)Fixed Hourly Rate Items. For the accomplishment of work set forth inthese items, the fixed hourly rate of $___**___ per hour will be used innegotiating a price.\par\*\par\* Basic $________\par\*Option I$________\par\*Option II $________\par\*Option III$________\par\*Option IV $________\par\*\par\*Performance of QualityAudits accomplished pursuant to Appendix 'A'. Contractor shall not bepaid for performance of Quality Audits as a result of which item(s) aredetermined unacceptable.\par\*\par\*Performace of work required toaccomplish Teardown Deficiency Reports (TDRS).\par\*\par\*Compliancewith new and/or revised technical order requirements not listed in thework specification and work procedures not presently contained in thework specification.\par\*\par\*ACO Negotiated Items\par\*\par\*DisposalCosts, including but not limited to associated packing and handlingincident to removal and return of residual GovernmentProperty.\par\*\par\*Items beyond economical repair shall be procesed inaccordance with Clause 5352.291-9005 entitled "End Items BeyondEconomical Repair (AFMC)".\par\*\par\*Repair, modification, and/orreplacement of exterior shipping Containers if reusable containers arenot furnished by the Government. Quantity: 0.0000 EA Item: 0003 Description: IN ACCORDANCE WITH THE REQUIREMENTS SET FORTH ON THE DDFORM 1423 (EXHIBITS A THROUGH E) ATTACHED AND MADE A PART HEREOF.Quantity: 0.0000 LO Electronic procedure will be used for this solicitation. IAW FAR 5.207(c)(12)(i) - Buy American Act/Free Trade Agreements/IsraeliTrade Act: One or more of the items under this acquisition is subjectto Free Trade Agreements."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-11-R-0058/listing.html)
 
Record
SN02600565-W 20111005/111003234402-7187c1ada3f94ac19381b38e19ccdf80 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.