Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 06, 2013 FBO #4092
MODIFICATION

28 -- Remanufacture and Repair of the F108 LPT Shaft - Solicitation 1

Notice Date
2/4/2013
 
Notice Type
Modification/Amendment
 
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
FA812212R0024
 
Archive Date
10/30/2012
 
Point of Contact
Billie Kindschuh, Phone: (405)734-8094, Stephanie R. Riddle, Phone: (405) 734-8035
 
E-Mail Address
billie.kindschuh@tinker.af.mil, stephanie.riddle@tinker.af.mil
(billie.kindschuh@tinker.af.mil, stephanie.riddle@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Revised Performance Work Statement dated 25 January 2013 Amendment 0005 SF1449 pages with revised line item informaiton The purpose of amendment 0005 is to: First: Clarify the evaluation factor 2.2 Factor 1 - Technical. Each proposal will be evaluated for technical acceptability. To be determined acceptable the offeror's proposal must meet the minimum requirements of the solicitation. The minimum requirements of the solicitation are defined as the following: 1. Signature of the person authorized to obligate the firm and date of signature on SF1449. 2. Proposed unit and extended prices identified for each applicable line item as solicited. 3. Acknowledgement of the solicited delivery schedule/quantity or inclusion of offeror's best delivery schedule/quantity. 4. Solicitation clauses requiring offeror action or input completed and returned as part of proposal. 5. Sections of the solicitation that provide for the offeror to submit documentation must be submitted in accordance with the specifications of the pertinent section of the solicitation as part of the offeror's proposal. 6. Submission of a subcontracting plan in compliance with FAR Part 19 and Supplements as part of proposal. 7. Proposals not in compliance with the above minimum requirements will be determined nonresponsive and will not receive further consideration for award. Second: Reidentify the levels of effort identified in the PWS dated 27 November 2012 and in the solicited requirement. Further review of the work required under this combined synopsis/solicitation has determined that all work has been designated as repair. Therefore all references to "remanufacture" are removed from the PWS, the combined synopsis/solicitation, and amendments. Third: The following sections of the PWS have been further revised to reidentify the level of effort required: 1.2.1.1.1 Level I (formerly Light) 1.2.1.1.2 Level II (formerly Medium) 1.2.1.1.3 Level III (formerly Heavy) 1.2.1.1.4 Level IV (formerly Remanufacture) Fourth: Section 1.2.1.1.1 of the PWS has been renumbered to correct the number sequence by changing processes previously numbered 6 through 9 to 5 through 8. Fifth: Revise the line items in the Attachment SF1449 to the combined synopsis/solicitation to correct the headings and the Quality Assurance requirements. The revised SF1449 pages are attached. Sixth: The following clauses/provisions are removed from the solicitation: 52.215-23 Limitations On Pass-Through Charges (OCT 2009) 52.217-3 Evaluation Exclusive of Options (APR 1984) 52.219-4 Notice Of Price Evaluation Preference For HUBZone Small Business Concerns (JAN 2011) 52.225-14 Inconsistence Between English Version and Translation of Contract (FEB 2000) 52.247-46 Shipping Point(s) Used in Evaluation of F.O.B. Origin Offers (APR 1984) 52.249-14 Excusable Delays (APR 1984) 252.201-7008 Export-Controlled Items (APR 2010) 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2011) Seventh: The following clause/provision is added to the solicitation: 52.217-5 Evaluation of Options (JUL 1990) Eighth: Offerors are reminded these changes do not remove the application of the Service Contract Act labor law from this requirement. The Service Contract Act is the labor law applicable to this effort. Ninth: Offerors are to respond to this amendment by submitting confirmation of receipt and acceptance of the revisions cited above. Acknowledgement of the combined synopsis/solicitation and all previous amendments is requested. Tenth: Offerors who determine a new or revised proposal is required due to the revisions identified above are to submit the new proposal in its entirety by the closing date/time of this amendment. The new or revised proposal shall state the reason for the submission of a new or revised proposal is due to this amendment 0005 and state the rationale for this amendment invalidating any previously submitted proposal. The new or revised proposal shall meet all terms and conditions of the original combined synopsis/solicitation and all amendments previously issued. Confirmation that offeror's proposed prices shall remain firm for 60 days from the closing date of this amendment is required. Eleventh: The closing date/time is hereby extended to 8 February 2013 at 3:00PM CST. Attachments: SF1449 pages 3-23 PWS dated 25 Jan 2013
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA812212R0024/listing.html)
 
Place of Performance
Address: 3001 Staff Drive, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN02978779-W 20130206/130204234007-099f8ac7b62e3a948ed46f1d7e05d87d (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.