Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2012 FBO #3856
SOLICITATION NOTICE

47 -- F108 Metal Tube Assembly

Notice Date
6/13/2012
 
Notice Type
Combined Synopsis/Solicitation
 
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
FD2030-12-00624
 
Point of Contact
Keri E. Sampson, Phone: 4057394466, Trina A. Ingram, Phone: 4057394988
 
E-Mail Address
keri.sampson@tinker.af.mil, trina.ingram@tinker.af.mil
(keri.sampson@tinker.af.mil, trina.ingram@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/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 United States Air Force through Global Logistics Support Center (GLSC) at Oklahoma City Logistics Center (OC-ALC), Tinker AFB 73145 is contemplating to procure spares of the Line Items cited below for a Firm Fixed Price (FFP) contract. This is a sole source effort to CFM International, 111 Merchant St Cincinnati, OH 45246, and Cage code: 58828. 1. Combined Synopsis/Solicitation close date: 29 June 2012 at 3:00pm central time 2. Solicitation #- FD2030-12-00624 is issued as a Request for Proposal (RFP). 3. Nomenclature/Noun - Tube Assembly, Metal 4. NSN - 4710-01-184-9132 PN 5. P/N - 301-540-305-0 6. Application (Engine or Aircraft) - F108 Engine 7. AMC - 3Z 8. History - Last award F3460185G26410087 awarded 02 April 1986 9. NAICS - 336413 10. Description: Tube Assembly, Metal: The tube assembly is used to guide oil back to lube unit to be filtered and recirculated. The tube is made of alloy and dimensions are 14"L x 3"W x 6"H and weighs 2lbs. Note: This solicitation contemplates an award of a Commercial Firm Fixed Price (FFP) type contract. Note: Offers as to price are to be made for the Quantity listed. This solicitation is for a Range PR with a Minimum of 6 each and a Maximum of 35 each. Revalidation of the Quantity will be required prior to award. NO ORDERS WILL BE PLACED AGAINST THIS CONTRACT. Line Item 0001: New Manufactured Parts Best Estimated Quantity (BEQ): 23 each Min 6/Max 35 Revalidation of quantity will be required prior to award. Line Item 0002: Surplus Parts Best Estimated Quantity (BEQ): 23 each Min 6/Max 35 Revalidation of quantity will be required prior to award ACCEPTABLE NEW AND UNUSED SURPLUS MATERIAL New and unused material is acceptable provided it has never been installed or used. It shows no signs of rust, corrosion, or other deterioration due to age or improper packaging/preservation. It has not been reconditioned and shows no evidence of disassembly or reassembly. This statement applies to Line Item 0002. PART NUMBER VERIFICATION Items must be of the correct part number, 301-540-305-0, and must have been manufactured by CFM International CAGE: 58828. This statement applies to Line Item 0002. PRIOR GOVERNMENT OWNERSHIP OF ITEMS Items that were previously owned by the Government must be evidenced by the item marking contained on the original shipping containers or nameplate. This statement applies to Line Item 0002. VERIFIABLE DIMENSIONS Items furnished must meet all dimensions, which are verifiable without disassembly: CFM International CAGE: 58828; P/N: 301-540-305-0. This statement applies to Line Item 0002. Surplus proposals must be able to provide the entire required quantity in order to be considered. All surplus requirements must be met in order for surplus to be considered for award. Government and/or Commercial surplus material shall be new/unused material only. 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 and/or Certificate of Conformance are unacceptable as an Airworthiness Release Record. Authorized Manufacturer's Cage Code: 58828, Part Number: 301-540-305-0. Dimensions shall be inspected and verified by the Government. See Surplus Parts in Clauses Section of the RFP. 11. Delivery: 04 each - On or Before: 27 DEC 2013 04 each - On or Before: 27 JAN 2014 04 each - On or Before: 27 FEB 2014 04 each - On or Before: 27 MAR 2014 04 each - On or Before: 27 APR 2014 04 each - On or Before: 27 May 2014 Note: Early Delivery is Acceptable. 12. Shipping: FOB: Origin Ship To: SW3211 DLA DISTRIBUTION DEPOT OF OKLAHOMA 3301 F AVE CEN REC Bldg 506 Door 22 Tinker AFB, OK 73145-8000 United States Inspection: Origin Acceptance: Origin Packaging shall be in accordance with BOA SPRTA1-11-G-0001 13. Mandatory Language: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation. The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. Paragraph (c), offeror agrees to hold prices valid for a period of sixty (60) days. The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision. Evaluation Factors: Order of Importance: Price or Cost 1 Technical 2 14. The following clauses apply to this acquisition: Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and 52.212-3 Alternate I, with its offer. 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) The following additional FAR clauses cited in 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I 52.204-10 Reporting Executive Compensation and First- Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-8 Utilization of Small Business Concerns 52.219-28 Post Award Small business Program Rerepresentation 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National labor Relations Act 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by electronic funds Transfer-Central Contracting Registration 252.212-7001 (Dev) Contract terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) 52.203-3 Gratuities 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.225-7012 Preference for Certain Domestic Commodities 252.232-7003 Electronic Submission of payment Requests 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation by Sea 252.247-7023 Alt III Transportation of Supplies by Sea 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.204-7008 Export-Controlled Items 252.211-7003 Item Identification And Valuation 252.223-7008 Prohibition of Hexavalent Chromium 52.229-4 Federal, State, and Local Taxes (State and Local Adjustments) 252.232-7010 Levies On Contract Payments 52.247-1 Commercial Bill Of Lading Notations 52.247-29 F.O.B. Origin 52.247-65 F.O.B. Origin, Prepaid Freight, Small Package Shipment 252.225-7000 Buy American Act- Balance of Payments Program Certificate 252.225-7001 Buy American Act-Balance of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7011 Alternative Line-Item Structure 52.207-4 Economic Purchase Quantity-Supplies 52.222-18 Certification Regarding Knowledge of Child Labor For Listed End Products 52.225-18 Place of Manufacture 52.225-25 Prohibition on Contracting With Entities Engaged In Sanctioned Activities Relating To Iran-Representation And Certification 5352.201-9101 OMBUDSMAN (APR 2010) (IAW AFFARS 5301.9103) (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, OC-ALC/PKC at 405 736 -3273, FAX 000 000 -0000, email. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. Wide Area Work Flow Clause This contract contains DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. This clause requires invoices for supplies and services purchased by the DoD be submitted via electronic means. The Wide Area Workflow (WAWF) system satisfies this mandatory requirement. WAWF can be accessed on the internet at https://wawf.eb.mil/. 15. Export Control N/A 16. Small Business Set Aside: N/A 17. Buyer name, phone#, and email address Keri Sampson Contract Negotiator (405) 739-5462 Keri.sampson@tinker.af.mil The proposed contract 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 persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FD2030-12-00624/listing.html)
 
Place of Performance
Address: Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN02774573-W 20120615/120613235449-ed4567509dc86bc2e84cd0178a6ea661 (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.