Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2012 FBO #3759
MODIFICATION

J -- Overhual/Remanufacture of KC-135 Temp Reg Valve; NSN 4820-01-140-1975TP, P/N 3289522-3-1

Notice Date
3/8/2012
 
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
FA8118-12-R-0024
 
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
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. THIS NOTICE IS ISSUED IN RESPONSE TO AN OFF-LOAD/OVERFLOW REQUIREMENT. IT IS CONSIDERED OFF-LOAD/OVERFLOW BECAUSE THIS WORK IS PERFORMED ORGANICALLY AND ORDERS WILL ONLY BE ISSUED FOR WORK IN EXCESS OF THE ORGANIC SHOP'S CAPACITY. THEREFORE, THERE IS NO MINIMUM QUANTITY GUARANTEE. The Government intends to issue a solicitation on or about 14 MAR 12 with an estimated award date of on or about 25 MAY 12. This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. 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. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. 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 FD2030-12-36006 as follows: 1. A Firm Fixed Priced, five-year requirements type contract consisting of a 1-yr base period and four, 1-yr options 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 the 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 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 KC-135 Temp Regulating Valve NSN: 4820-01-140-1975TP P/N: 3289522-3-1 Best Estimated Quantities Basic Yr: 75Ea Option I: 75Ea Option II: 75Ea Option III: 75Ea Option IV: 75Ea b. CLIN 0002: DATA (NOT SEPARATELY PRICED) c. CLIN 0003: OVER AND ABOVE (TO BE NEGOTIATED) 7. Required Delivery (referencing 6 above) a. CLIN 0001: 20EA due 60 days ARO order and reps, followed by 10ea every 30 days b. CLIN 0002: Based on delivery of CLIN 0001 assets c. CLIN 0003: 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. Q & A: 1. Can you please clarify the difference between an Overhaul and Overhaul/Remanufacture? A: Overhaul and Remanufacture are used in interchangeably in this requirement. Overhaul/Remanufacture is defined as: An end item overhaul is the action taken to return the end item to a like-new condition. This overhaul process is consistent with re-manufacture as set forth in FAR 22.1003-6(a)(1). 2. Can you please expand on an Off-Load/Overflow Requirement because the work is performed organically? A: Work performed organically means that we (the Air Force) do have the capability to perform the overhaul/remanufacture. It is considered an Offload/overflow requirement because the estimated quantities listed are not the total requirements of the Government activity, but are estimates of requirements in excess of the quantities that the activity may itself furnish within its own capabilities. Except as the notice otherwise provides, the Government shall order from the Contractor all of that activity's requirements for supplies and services that exceed the quantities that the activity may furnish within its own capabilities.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-12-R-0024/listing.html)
 
Record
SN02692516-W 20120310/120308235652-adb1fd2bc8d489b5fbf76d489c062902 (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.