Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2012 FBO #3773
DOCUMENT

28 -- Refurbish TF34 COMPRESSOR ROTOR FRONT SPOOL - Attachment

Notice Date
3/22/2012
 
Notice Type
Attachment
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
N68836 NAVSUP Fleet Logistics Center Jacksonville Naval Air Station Building 110, 3rd Floor 110 Yorktown Rd Jacksonville, FL
 
Solicitation Number
N6883612RTFFS
 
Response Due
4/13/2012
 
Archive Date
12/31/2012
 
Point of Contact
Tisa Clark, 904.790.4968
 
Small Business Set-Aside
N/A
 
Description
The NAVSUP Fleet Logistics Center Jacksonville (FLCJAX) is seeking information to define its acquisition strategy regard to the available socio-economic programs for the solicitation and award of refurbishing support for the TF34 Compressor Rotor Front Spool Stages 3 Thru 8. This advertisement serves to aid in determining market interest and capabilities for this prospective contract. Of the available strategies, FISCJAX is considering the viability of the following socio-economic approaches: Historically Underutilized Business Zone (HUBZone) set-aside, Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside,, WomanOwned Small Business (WOSB) Small Business set-aside and/or 8 (a) suitability. The Contracting Officer must establish a reasonable expectation that offers would be obtained from two or more HUBZone, SDVOSB, WOSB or Small Business entities that are competitive in terms of market prices, quality, and delivery. From the responses to this market research, the Government will evaluate the viable options and select the final acquisition strategy. Therefore, your response to this research is instrumental in supporting your company's business interests. If the Contracting Officer is unable to determine that any of the above strategies would be viable, the requirement may be competed on an unrestricted basis. It is anticipated that any resulting requirement would be solicited as a firm-fixed-price (FFP), requirements type contract, with a NAICS code of 336412 and size standard of 1000 employees. Interested contractors that are not currently an approved source shall submit a Source Approval Request (SAR) package. The development and contents of the SAR package are specified in Chapter 3 of JACG Aviation Source Approval & Management Handbook of 16 Mar 2011. SAR packages shall be submitted electronically to the technical POC at james.weiss@navy.mil with a copy to tisa.clark@navy.mil, Contracting Officer. In order to allow sufficient time for the Government ™s evaluation, SAR packages must be submitted no later than 13 April 2012. FRCSE will review SAR packages in accordance with the Joint Aeronautical Commanders Group (JACG) Aviation Source Approval & Management Handbook of 16 March 2011 and the JACG Aviation Critical Safety Item Management Handbook of 16 March 2011 and provide a written approval, conditional approval, or denial response in writing to the Contracting Officer within 90 calendar days after receipt of the SAR package. The Contracting Officer will notify the perspective contractors of the SAR evaluation in writing. Contractors that fail to submit the required SAR package by the SAR submission response date or contractors who have not had their SAR package fully approved before the resultant solicitation closing date (not conditional) will be ineligible for award. If the contractor is currently providing or has previously provided identical support to a government agency other than FRCSE, then the contractor shall provide sufficient documentation, which will allow the Government to verify the contractor ™s information and determine the contractor ™s ability to provide the required support. Potential sources must identify their business type (i.e., small business, large business, small disadvantaged business, 8(a) certified business, woman-owned business, etc). Any questions regarding this sources sought notice should be addressed in writing to the Contracting Officer. NOTE: THIS IS A REQUEST FOR INFORMATION ONLY AND SHOULD NOT BE CONSIDERED AS A COMMITMENT BY THE GOVERNMENT. NO REIMBURESEMNT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING A RESPONSE TO THIS REQUEST. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. ** REQUIREMENT DESCRIPTION** See Attached DRAFT Statement of Work (SOW and applicable documentation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/261f8abd28a11185954da2806824dfd6)
 
Document(s)
Attachment
 
File Name: N6883612RTFFS_FRCSE_LES_TF34-0072__Rev-4.zip (https://www.neco.navy.mil/synopsis_file/N6883612RTFFS_FRCSE_LES_TF34-0072__Rev-4.zip)
Link: https://www.neco.navy.mil/synopsis_file/N6883612RTFFS_FRCSE_LES_TF34-0072__Rev-4.zip

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02703313-W 20120324/120322235114-261f8abd28a11185954da2806824dfd6 (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.