Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2012 FBO #4016
SOLICITATION NOTICE

J -- F101 Digital Electronic Control Remanufacture

Notice Date
11/20/2012
 
Notice Type
Presolicitation
 
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
FA8122-13-R-0003
 
Archive Date
1/19/2013
 
Point of Contact
Bryan S. Sherman, Phone: 4057399117
 
E-Mail Address
bryan.sherman@tinker.af.mil
(bryan.sherman@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE: Solicitation # FA8122-12-R-0034 is hereby cancelled in its entirety, and replaced by the below requirement. The United States Air Force (AF) at Oklahoma City AF Sustainment Center, Tinker AFB is contemplating to procure a service for the remanufacture of the F101 Digital Electronic Control (DEC) for a commercial, firm fixed price (FFP), requirements type contract for one basic year and four options years. This is a sole source effort to Hamilton Sundstrand. 1. Estimated solicitation issue date: 30 November 2012 2. RFP# - FA8122-13-R-0003 3. PR# - FD2030-11-37216 4. Nomenclature/Noun - F101 Digital Electronic Control (DEC) 5. NSN - 2995-01-492-6187JF 6. PN - 1961M82P01, 1961M82P02 & 1000270-1-001, 1000270-1-002 7. Application (Engine or Aircraft) - F101 engine 8. RMC - R3/B 9. History - Contract # FA8104-07-D-0005, awarded to Hamilton Sundstrand on March 19, 2007 10. Item Description - The DEC controls all functions of the engine in primary mode. It converts electronic signals into digital signal form and transmits these signals to the aircraft's computer as requested. The DEC is supplied with 14 electrical analog signals from various control sensors. The DEC transforms these signals into digital form and transmits them to the aircraft computer upon request. Over 40 variable parameters or discrete signals are available per engine, many overlapping in use for analysis of other systems. Qualification Requirements: Sources must be qualified prior to being considered for award. Qualification requirements are available for this acquisition. These qualification requirements apply to line item(s) 0001 and 0002. CLIN 0001 - Remanufacture of the DEC Basic Year Best Estimated Quantity (BEQ) - 56 Delivery: 4 Ea ARO every 30 calendar days Option I Best Estimated Quantity (BEQ) - 50 Delivery: 4 Ea ARO every 30 calendar days Option II Best Estimated Quantity (BEQ) - 34 Delivery: 4 Ea ARO every 30 calendar days Option III Best Estimated Quantity (BEQ) - 30 Delivery: 4 Ea ARO every 30 calendar days Option IV Best Estimated Quantity (BEQ) - 37 Delivery: 4 Ea ARO every 30 calendar days CLIN 0002 - No Fault Found Basic Year Best Estimated Quantity (BEQ) - 56 Delivery: 4 Ea ARO every 30 calendar days Option I Best Estimated Quantity (BEQ) - 50 Delivery: 4 Ea ARO every 30 calendar days Option II Best Estimated Quantity (BEQ) - 34 Delivery: 4 Ea ARO every 30 calendar days Option III Best Estimated Quantity (BEQ) - 30 Delivery: 4 Ea ARO every 30 calendar days Option IV Best Estimated Quantity (BEQ) - 37 Delivery: 4 Ea ARO every 30 calendar days CLIN 0003 - Over and Above (BEQ) - 1 Ea (24) hours per occurrence. CLIN 0004 - CAV AF Reporting - 1 Lot Basic year and all option years Note: Not Separately Priced CLIN 0005 - Depot Maintenance Report - 1 Lot Basic year and all option years Note: Not Separately Priced CLIN 0006 - Teardown Deficiency Report - 1 Lot Basic year and all option years Note: Not Separately Priced CLIN 0007 - CEMS - 1 Lot Basic year and all option years Note: Not Separately Priced 11. Mandatory Language: The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under 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. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete 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. 12. Export Control: Yes, Foreign owned firms are advised to contact the Contracting Officer or Program Manager before submitting a proposal to determine whether there are restrictions on receiving an award. 13. Buyer name, phone#, and email address Bryan Sherman (405) 734-8035 bryan.sherman@tinker.af.mil 14. Other information The approximate solicitation issue date is 3 December 2012 and the estimated solicitation response date will be 3 January 2013. Electronic procedures will be used for this solicitation through FEDBIZOPS at http://www.eps.gov/. Approved source is Hamilton Sundstrand Corp, 1 Hamilton Rd, Windsor Locks CT06096-1000. CAGE 73030 IAW FAR 5.207(c)(15)(i), All responsible sources solicited may solicit a bid, proposal or quotation that shall be considered. IAW FAR 5.207(c)(15)(ii), All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. IAW FAR 5.207(c)(15), The solicitation will be made available to interested parties through electronic data interchange. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirements at the time of award IAW FAR clause 52.209-1. 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. Specifications, plans or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Please contact: OC/ALC/BC, ATTN: Source Development Office, 3001 Staff Dr Ste 1AG85A, Tinker AFB OK 73145-3009 in writing for further information concerning the source approval process. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. NOTE: 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 personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of 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 THAS NUMBER FOR SOLICITATION REQUESTS. NOTE: Faxed solicitation requests can be submitted to AFSC/PZAAB, Tinker AFB OK 73145-3015, FAX # (405) 739-3462. Request for written proposal will be posted to FedBizOps.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8122-13-R-0003/listing.html)
 
Place of Performance
Address: 3001 Staff Dr STE 1AG1 98C, Tinker AFB, Oklahoma, 73145-3303, United States
Zip Code: 73145-3303
 
Record
SN02934970-W 20121122/121120234945-c1db2618f88f2e4a516fcf628e4eaf66 (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.