Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
SOLICITATION NOTICE

J -- REMANUFACTURE KC-135 Gearbox Assembly; NSN 1680003409352 and 9353 - SOLICITATION

Notice Date
1/27/2012
 
Notice Type
Presolicitation
 
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
FA811812Q0008
 
Archive Date
10/1/2012
 
Point of Contact
Michelle Syth, Phone: 4057399444, 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
Total Small Business
 
Description
DATA ITEM DESCRIPTION (DID) 81634B CAVAF STATEMENT OF WORK CONTRACT DATA REQUIREMENTS LIST (CDRL) APPENDIX C/SAFETY SPECS APPENDIX A/PWS SOLICITATION/REQUEST FOR QUOTE All questions are to be submitted in writing via E-mail or Fax. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s). Vendor identities will not be disclosed. Prospective vendors must comply with all the requirements of the solicitation and any attachments thereto to be considered responsive. The Government does not intend to hold discussions but may hold discussions if it is deemed necessary. Electronic procedures will be used for this solicitation. 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. 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. The requirements set forth in this notice are defined per Purchase Request FD2030-12-36193 as follows: 1. A Firm Fixed Priced, fixed quantity type contract is contemplated. 2. 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 previously 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. 3. If unit price exceeds $5,000.00 then UID requirements will apply 4. The contractor shall provide all labor, facilities, equipment, and material to accomplish 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 the solicitation requirements and all attachments. 5. Technical Orders may be requested. 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). The Government is not responsible for untimely or misdirected requests. 6. List of applicable CLIN's **Numbering of CLINS is not specific but for informational purposes only** a. CLIN 0001: Remanufacture of 24 each, Gearbox Assembly NSN: 1680-00-340-9352FL P/N: 5-97039-1 b. CLIN 0002: Remanufacture of 24 each, Gearbox Assembly NSN: 1680-00-340-9353FL P/N: 5-97039-2 c. CLIN 0003: DATA (NOT SEPARATELY PRICED) d. CLIN 0004: OVER AND ABOVE (TO BE NEGOTIATED) 7. Required Delivery (referencing 6 above), a. CLIN 0001 and 0002: 14Ea due every 30 days ARO receipt of written award or reps (which ever is later) b. CLIN 0003: Based on delivery of CLINs 0001 and 0002 assets c. CLIN 0004: As negotiated All questions regarding this notice are to be submitted in writing via E-mail or Fax. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s). Vendor identities will not be disclosed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA811812Q0008/listing.html)
 
Record
SN02662503-W 20120129/120127234158-4f0fe8ab6edf47606e676d5b87a85f8f (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.