Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2015 FBO #5145
MODIFICATION

28 -- J85 Management of Items Subject to Repair (MISTR) - PR#FD20301501325 - Previously FA8122-15-R-0023

Notice Date
12/23/2015
 
Notice Type
Modification/Amendment
 
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
FA8122-16-R-0001
 
Point of Contact
Capt. Joe Castillo, Phone: 4057344619, Billie Kindschuh, Phone: (405)734-4615
 
E-Mail Address
joe.castillo@us.af.mil, billie.kindschuh@us.af.mil
(joe.castillo@us.af.mil, billie.kindschuh@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
An indefinite delivery indefinite quantity, firm fixed price contract is contemplated for J85 MISTR component overhaul services. The contractor will conduct overhaul services for MISTR components for the Air Force, Navy, NASA and FMS. NASA and FMS overhaul will be on an as required basis. The proposed contract is 100% set aside for small business concerns. Additionally, it will be a competitive acquisition using performance price tradeoff with technical evaluation Source Selection Procedures. Request for Proposal (RFP) is anticipated to be released Jan 2016. Acquisition Method Code (AMC) =1. Award is anticipated to be Jan 2017. This requirement encompasses 73 line items with 71 distinct National Stock Numbers (NSN) and part numbers. A list of these items and their description is attached to this synopsis. These items are all applicable to the J85 engine, which supports the T38 and F5 aircraft. The delivery schedule for CLINs X006, X0008-X011, X014-X021, X023-X030, X032-X049, X051-X078 is as follows: First 40% of the CLIN quantity due 35 Days after 90-day transition phase-in, Second 30% of the CLIN quantity due 65 Days after receipt of order or reparable, Remaining 30% of the CLIN quantity due 95 days after receipt of order or reparable. The delivery schedule for CLINs: X007, X012, X013, X022, X031, X050 is as follows: First 40% of the CLIN quantity due 60 Days after 90-day transition phase-in, Second 30% of the CLIN quantity due 80 Days after receipt of order or reparable, Remaining 30% of the CLIN quantity due 95 days after receipt of order or reparable. Destinations include: Edwards AFB, CA, Sheppard AFB, TX, Columbus AFB, MS, Enid, OK, Randolph AFB, TX, Laughlin AFB, TX, Whiteman AFB, MO, Beale AFB, CA, Holloman AFB, NM, Key West, FL, Fallon, NV, and Yuma, AZ. REPAIR QUALIFICATION REQUIREMENTS (RQRs): RQRs are available for master NSNs and are posted to FedBizOpps under this solicitation number as well as solicitation # FA8122-15-R-0023. There are two RQRs; one for CSI parts and another for CAI parts. No one vendor is currently qualified for all NSNs at this time. Award will be made only to the offeror that meets RQRs in accordance with FAR clause 52.209-1. Qualification information can be obtained on this site. Submission of proposals will be to: Billie Kindschuh, 3001 Staff Drive, Suite 1AF197E, Tinker, AFB 73145, (405) 734-4615. Electronic submission of proposals is permitted. All responsible sources may submit a proposal that shall be considered by the agency. 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. A three-year basic contract period with two one-year options is anticipated. This contract will be awarded as a single award IDIQ. Technical data is available upon request and will be posted here in FBO. Foreign participation is permitted at the prime contractor level. This effort is tied to previous notice FA8122-15-R-0023 posted on FBO.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8122-16-R-0001/listing.html)
 
Record
SN03977674-W 20151225/151223234655-e1b270ab3d1a63dd5717071457de0824 (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.