Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
SOLICITATION NOTICE

29 -- FUEL PUMP COVER

Notice Date
3/6/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts 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
SPRTA1-12-Q-0206
 
Archive Date
3/31/2012
 
Point of Contact
Albert P Long, Phone: 4057348105
 
E-Mail Address
alberto.long@tinker.af.mil
(alberto.long@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR FUEL PUMP COVER NSN: 2915-01-513-3410 PN, PN: 217404-1 PR# FD2030-12-70821 Solicitation: # SPRTA1-12-Q-0206 This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The proposed action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested parties may identify their interest and capability by responding to the requirement and submitting a proposal. Solicitation number SPRTA1-12-Q-0206 is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFARS). The associated NAICS code is 336412. The government anticipates award of a firm fixed price contract. The evaluation factors for this RFP are technical capability and price. The Government intends to make award to the acceptable offer with the lowest evaluated cost or price which is deemed responsible in accordance with Federal Acquisition Regulations and whose proposal conforms to the solicitation requirements. An offer will be considered non-responsive if technical acceptability is not met. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. One or more of the items under this acquisition is subject to Free Trade Agreements." DESCRIPTION OF REQUIREMENT: CLIN 0001 Fuel Pump Cover (New Manufactured) QTY RANGE: 1-4 each and 5-9 each NSN: 2915-01-513-3410 PN, PN: 217404-1 AMC: 4Z Function: This is the fuel pump cover that encloses the centrifugal boost stage of the pump. Dimensions: 15"L x 15"W x 6"H. Required Delivery: 5 each monthly beginning on or before 10 Aug 2012. CLIN 0002 Fuel Pump Cover (New/Unused Government or Commercial Surplus) QTY RANGE: 1-4 each and 5-9 each NSN: 2915-01-513-3410 PN, PN: 217404-1 AMC: 4Z Function: This is the fuel pump cover that encloses the centrifugal boost stage of the pump. Dimensions: 15"L x 15"W x 6"H Required Delivery: 5 each monthly beginning on or before 10 Aug 2012. SURPLUS NOTES: Surplus material shall be new and/or unused material only; acceptance inspection shall be conducted by OC-ALC/GKGBAA Equipment Specialist and/or Engineer. Commercial off-the-shelf (COTS) surplus parts, supplied by surplus vendor shall have the original FAA Form 8130-3 or Certificate of Conformance with appropriate documentation annotated by the OEM's manufacturing source. An incomplete, altered or incorrect FAA 8130-3 or Certificate of Conformance is unacceptable as an Airworthiness Release Record. Authorized manufacturer's cage code and p/n are listed above. Surplus supply vendors are not part manufacturers, they are only supply vendors. No commercially repaired, reconditioned or modified surplus COTS material will be authorized or acceptable for use in Military F108-CFM56-2B/2A engines. No FAA-PMA manufactured new/unused replacement parts that were approved for production under these methods, FAA designees; DER, DOA, DAS, is allowed, unless specifically approved SAR package OC-ALC/GKGBAB Engineering approval prior to acceptance inspection. PMA P/N's are identified with either a prefix or suffix to differentiate it from the OEM P/N and are not acceptable without prior approval. ATA Spec 106 is not an FAA acceptable form for surplus material. Surplus material will be delivered to MEE/MIC. All surplus material must be inspected by engineering or equipment specialist RESPONSE DATE: 16 Mar 2012 @ 3 PM CST. DESTINATION: USAF - TAFB HISTORY: 5 each, 17 FEB 2011 from New England Specialty Components, LLC QUALIFIED SOURCE: This is a commercial off-the-shelf item that may be satisfied by other possible vendors. Argo-Tech is currently the only known source who can manufacture this part. QUALIFICATON REQUIREMENTS: Do not exist. SOLICITIATION WILL BE POSTED TO FBO ONLY. INDIVIDUAL REQUESTS WILL NOT RECEIVE A RESPONSE AS FBO IS A PUBLIC ACCESS DOMAIN. Offerors are required to be registered in the Central Contractor Registration database (CCR) (www.ccr.gov ). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, Wide Area Workflow Receipt and Acceptance (WAWF-RA). The website for registration is http://rmb.ogden.disa.mil. EXPORT CONTROL: Not Applicable SMALL BUSINESS SET-ASIDE: Not applicable "This solicitation incorporates provisions and clauses in effect through the Federal Acquisition Circular 2005-55 effective 02 Feb 2012 and DCN 20120224" SOLICITIATION CLAUSES: The following FAR provision and clauses apply to this acquisition and can be viewed at http://farsite.hill.af.mil: 52.203-3, 52.203-6, 52.203-7, 52.204-5, 52.204-7, 52.204-10, 52.211-17, 52.212-3, 52.212-4, 52.212-5, 52.213-1, 52.219-8, 52.222-1, 52.222-19, 52.222-21, 52.222-22, 52.222-25, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.223-3, 52.223-18, 52.225-1, 52.225-8, 52.225-13, 52.225-18, 52.225-25, 52.227-3, 52.229-4, 52.230-6, 52.232-33, 52.232-34, 52.233-3, 52.233-4, 52.246-2, 52.246-16, 52.247-1, 52.247-29, 52.249-2, 52.249-8, 52.252-6 SOLICITATION CLAUSES: The following DFAR provision and clauses apply to this acquisition and can be found at http://farsite.hill.af.mil: 252.203-7000, 252.203-7002, 252.203-7003, 252.204-7008, 252.205-7000, 252.209-7010, 252.211-7003, 252.211-7006, 252.212-7001, 252.223-7008, 252.225-7001, 252.225-7002, 252.225-7016, 252.225-7036, 252.232-7003, 252.232-7009, 252.232-7010, 252.243-7002, 252.246-7003, 252.247-7024, PPIRS-SR Use of Past Performance Retrieval System Submit proposals electronically to: Albert Long E-mail: alberto.long@tinker.af.mil or Fax to: (405) 734-8106 or Mail to: Defense Logistics Agency - Aviation ATTN: Albert Long (DLA-Aviation-AOAB) 3001 Staff Drive, Ste 2AC4,109H Tinker AFB OK 73145-3070 Proposal is due by: 16 Mar 2012 @ 3 pm CST. Contact Albert Long @ (405) 734-8105, if additional information is needed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-12-Q-0206/listing.html)
 
Record
SN02689965-W 20120308/120307120325-4a735ad39fd767ce48e6645eca5a5bb9 (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.