Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
SOLICITATION NOTICE

28 -- TF33 2nd-4th Stage Turbine Nozzle Vanes

Notice Date
11/7/2014
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
FA8121-14-R-0059
 
Archive Date
3/31/2016
 
Point of Contact
Valerie L Jamerson, Phone: 405-739-4349
 
E-Mail Address
valerie.jamerson@us.af.mil
(valerie.jamerson@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
AFSC/PZAAA STAFF DR STE 1AF1/98C TINKER AFB OK 73145-3032 TF33 2nd-4th Stage Turbine Nozzle Vanes 1. Estimated issue date: 24 Nov 2014, Estimated closing/response date: 24 Dec 2014 2. PR#: FD2030-13-00484 3. This is a remanufacture requirement. This will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with a basic year and four one-year options. 4. RMC- R1C 5. TF33 2nd-4th Stage Turbine Nozzle Vanes 6. NSN and Output Part Number(s): (see below) CLIN 0001- NSN: 2840-00-962-1265RV P/N: 565854CL8 CLIN 0002- NSN: 2840-01-962-1259RV P/N: 565753CL2 and/or 781253CL2 CLIN 0003- NSN: 2840-01-966-3028RV P/N: 489152CL11 and/or 565852CL11 CLIN 0004- NSN: 2840-00-962-1256RV P/N: 565854CL5 CLIN 0005- NSN: 2840-00-962-1262RV P/N: 565753CL5 and/or 781253CL5 and/or 495253CL5 CLIN 0006- NSN: 2840-00-757-0304RV P/N: 446952CL13 and/or 422552CL13 and/or 565752CL13 and/or 781252CL13 and/or 798452CL13 and/or 403352CL13 CLIN 0007- NSN: 2840-00-962-1261RV P/N: 565753CL4 and/or 781253CL4 CLIN 0008- NSN: 2840-00-966-3027RV P/N: 489152CL10 and/or 565852CL10 CLIN 0009- NSN: 2840-00-757-0305RV P/N: 446952CL14 and/or 422552CL14 and/or 565752CL14 and/or 781252CL14 and/or 798452CL14 CLIN 0010- NSN: 2840-00-757-0303RV P/N: 446952CL12 and/or 422552CL12 and/or 565752CL12 and/or 781252CL12 and/or 798452CL12 CLIN 0011- NSN: 2840-00-962-1263RV P/N: 565854CL6 CLIN 0012- NSN: 2840-00-962-1264RV P/N: 565854CL7 CLIN 0013- NSN: 2840-00-966-8081RV P/N: 489152CL9 and/or 565852CL9 CLIN 0014- NSN: 2840-00-962-1255RV P/N: 565753CL1 and/or 781253CL1 CLIN 0015- NSN: 2840-00-962-1260RV P/N: 565753CL3 and/or 781253CL3 CLIN 0016- NSN: 2840-00-966-3029RV P/N: 489152CL12 and/or 565852CL12 CLIN 0017- NSN: 2840-00-803-6721RV P/N: 446952CL9 and/or 422552CL9 and/or 565752CL9 and/or 781252CL9 and/or 798452CL9 CLIN 0018- NSN: 2840-00-966-3030RV P/N: 498152CL13 and/or 565852CL13 CLIN 0019- NSN: 2840-00-673-2162RV P/N: 446952CL15 and/or 422552CL15 and/or 565752CL15 and/or 781252CL15 and/or 798452CL15 CLIN 0020- NSN: 2840-00-757-0307RV P/N: 446952CL11 and/or 422552CL11 and/or 565752CL11 and/or 781252CL11 and/or 798452CL11 CLIN 0021- NSN: 2840-00-673-2210RV P/N: 446952CL10 and/or 422552CL10 and/or 565752CL10 and/or 781252CL10 and/or 798452CL10 7. P/N: (See number 6 above) 8. Description: 2nd-4th Stage Turbine Nozzle Vanes (see solicitation). Function: Directs and increases air flow in the turbine section to produce engine thrust in the TF33 engine on the B-52, E-8, and E-3 aircrafts. 9. Quantity/Delivery: (Best Estimated Quantity and delivery are below): CLIN 0001- Basic 1679 ea, Option I- 1592 ea, Option II: 1950 ea, Option III: 1950 ea, Option IV: 1950 ea, Delivery: 174 ea/month CLIN 0002- Basic 2493 ea, Option I- 2423 ea, Option II: 2845 ea, Option III: 2845 ea, Option IV: 2845 ea, Delivery: 260 ea/month CLIN 0003- Basic 235 ea, Option I- 234 ea, Option II: 218 ea, Option III: 223 ea, Option IV: 213 ea, Delivery: 40 ea/month CLIN 0004- Basic 1785 ea, Option I- 1686 ea, Option II: 2094 ea, Option III: 2094 ea, Option IV: 2094 ea, Delivery: 196 ea/month CLIN 0005- Basic 23 ea, Option I- 23 ea, Option II: 23 ea, Option III: 23 ea, Option IV: 23 ea, Delivery: 1 ea/month CLIN 0006- Basic 975 ea, Option I- 825 ea, Option II: 1150 ea, Option III: 1150 ea, Option IV: 1150 ea, Delivery: 250 ea/month CLIN 0007- Basic 1712 ea, Option I- 1570 ea, Option II: 1906 ea, Option III: 1928 ea, Option IV: 1928 ea, Delivery: 172 ea/month CLIN 0008- Basic 12 ea, Option I- 12 ea, Option II: 12 ea, Option III: 12 ea, Option IV: 12 ea, Delivery: 1 ea/month LIN 0009- Basic 1014 ea, Option I- 858 ea, Option II: 1196 ea, Option III: 1196 ea, Option IV: 1196 ea, Delivery: 260 ea/month CLIN 0010- Basic 1343 ea, Option I- 1177 ea, Option II: 1502 ea, Option III: 1502 ea, Option IV: 1502 ea, Delivery: 346 ea/month CLIN 0011- Basic 1661 ea, Option I- 1584 ea, Option II: 1914 ea, Option III: 1914 ea, Option IV: 1914 ea, Delivery: 170 ea/month CLIN 0012- Basic 1817 ea, Option I- 1724 ea, Option II: 2094 ea, Option III: 2094 ea, Option IV: 2094 ea, Delivery: 186 ea/month CLIN 0013- Basic 12 ea, Option I- 12 ea, Option II: 12 ea, Option III: 12 ea, Option IV: 12 ea, Delivery: 1 ea/month CLIN 0014- Basic 737 ea, Option I- 649 ea, Option II: 805 ea, Option III: 805 ea, Option IV: 805 ea, Delivery: 63 ea/month CLIN 0015- Basic 2468 ea, Option I- 2388 ea, Option II: 2804 ea, Option III: 2836 ea, Option IV: 2836 ea, Delivery: 251 ea/month CLIN 0016- Basic 464 ea, Option I- 551 ea, Option II: 609 ea, Option III: 609 ea, Option IV: 609 ea, Delivery: 232 ea/month CLIN 0017- Basic 368 ea, Option I- 352 ea, Option II: 352 ea, Option III: 352 ea, Option IV: 352 ea, Delivery: 50 ea/month CLIN 0018- Basic 448 ea, Option I- 532 ea, Option II: 588 ea, Option III: 588 ea, Option IV: 588 ea, Delivery: 170 ea/month CLIN 0019- Basic 368 ea, Option I- 352 ea, Option II: 352 ea, Option III: 352 ea, Option IV: 352 ea, Delivery: 76 ea/month CLIN 0020- Basic 483 ea, Option I- 462 ea, Option II: 462 ea, Option III: 462 ea, Option IV: 462 ea, Delivery: 126 ea/month CLIN 0021- Basic 529 ea, Option I- 506 ea, Option II: 506 ea, Option III: 506 ea, Option IV: 506 ea, Delivery: 138 ea/month 10. Application: TF33 Engine 11. Destination: Tinker AFB OK 12. Qualification Requirements: Sources must be qualified prior to being considered for award. To be eligible for contract award, the offeror must be an approved source IAW FAR 52.209-1, Qualification Requirements. The Government is not required to delay contract award to review pending Source Approval Requests (SARs). Therefore, offerors are encouraged to submit SARs as soon as possible. If the Government has not completed review of a SAR when the contract is awarded, the SAR will be retained and the source will be reviewed as a possible source for future awards. 13. Export Control: No 14. UID: If unit price exceeds $5,000 then UID requirements will apply. 15. Additional Information: Based upon market research, the Government is not using the policies contained in Part12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons 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. 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 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 NUMBER FOR SOLICITATION REQUESTS. Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.fedbizopps.gov. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Foreign participation is not permitted at the prime contract level. 16. This is not a small business set-aside. 17. Buyer name, telephone number and email address: Valerie Jamerson, (405)739-4349, valerie.jamerson@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8121-14-R-0059/listing.html)
 
Record
SN03569313-W 20141109/141107234026-6c7f1976722f27fed27bb03cb7309524 (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.