Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
SOLICITATION NOTICE

16 -- HOUSING,MECHANICAL

Notice Date
1/26/2016
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT OKLAHOMA CITY, OK; DLR PROCUREMENT OPERATIONS (AO);3001 STAFF DRIVE; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
SPRTA1-16-R-0105
 
Response Due
1/26/2016
 
Archive Date
4/25/2016
 
Point of Contact
John Nolan, Phone 405-739-9081, Fax - -, Email john.nolan.8@us.af.mil
 
E-Mail Address
John Nolan
(john.nolan.8@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PR Number(s): FD20301600404 Line Item: 0001 NSN: 1650012108574HS HOUSING,MECHANICAL P/N: 736185, P/N: 736185-A, P/N: 736185A, Description: Housing for the CSD. Supp. Description: Magnesium and steel : 0.0000 1. Estimated issue date and estimated closing/response date: Issue: 11 Feb 2016 Closes: 14 Mar 2016 2. RFQ# SPRTA1-16-R-0105; PR: FD2030-16-00404-01. 3. Service/Spare/Repair/OH: Spares. 4. AMC: 1/G. 5. Nomenclature/Noun: Housing, Mechanical. 6. NSN: 1650-01-210-8574 HS. 7. PN: 736185-A. 8. History: Last procured: Not available. 9. Description/Function: DIM: L:12.0000"; W:12.0000"; H:7.0000", WT:10.0000 lbs. Item Material: Magnesium and Steel. Description/Function: Housing for the CSD. 10. Total Line Item Quantity: L/I 0001- 20 ea.; Production Units; L/I 0002- 2ea. First Article; Govt Test; one expended; L/I 0003- 1LT; First Article Test Report; L/I 0004- 1LT; First Article Test Plan. 11. Application (Aircraft): B-1B. 12. Destination: L/I 0001: SW3211/ Tinker AFB, OK 73145-8000; L/I 0002: FY2303/Tinker AFB, OK 73145-9156; L/I 0003: FY2303/Tinker AFB, OK 73145-9156; L/I 0004: FY2303/Tinker AFB, OK 73145-9156. 13. Required Delivery: L/I 0001: 20 ea on or before 15 APR 2018. Early delivery is acceptable. L/I 0002: 2 ea TBD. Early delivery is acceptable; L/I 0003: 1 LT TBD. Early delivery is acceptable; L/I 0004: 1 LT TBD. Early delivery is acceptable. 14. Qualification Requirements: Yes. 15. Export Control Requirements: Yes. 16. UID: Note to Contractor: If the unit price exceeds $5,000, then UID requirements will apply. 17. Qualified Sources: Hamilton Sundstrand; Cage Code: 99167. 18. Set-aside: Yes; Small Business Set-Aside; Only New Manufactured Material and/or New/Unused Government Surplus will be acceptable. 19. Mandatory Language: In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. The proposed contract action is for supplies in which the Government intends to solicit and negotiate with only one source, or a limited number of sources under the authority of FAR 6.302. This is a full and open requirement. All proposals received within 45 days (30 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. Based upon market research, the Government is not using the policies contained in Part 12, 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. First Article testing is required to ensure the reliability and integrity of the item and operational safety of the weapon system that uses it. Offerors can apply for waiver of First Article approval under the following condition(s): Offerors who have previously furnished production quantities of the same article (provided not more than 36 months have elapsed since completion of the contract) to the Air Force provided articles thus furnished have exhibited satisfactory performance in service, in the opinion of the Air Force. One (1) First Article will be expended in testing. Risdual components of disapproved First Articles will be retained by the testing center. First Articles will be installed on aircraft/equipment to determine proper fit/function. Approved First Article will remain on the aircraft/equipment and will not be forwarded to USAF Supply, but will be considered part of the contract quantity. This requirement is Export Controlled item. Offerors are REQUIRED to be "EXPORT CONTROLLED" certified in order to receive and view the drawings associated the upcoming solicitation. If an offeror intends to become Export Controlled Certified, a website for registration exits: www.dlis.dla.mil/jcp. Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 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.fbo.gov. Note: An Ombudsman has been appointed to hear concerns from offers 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 contact the Ombudsman at (405) 734-8241, facsimile (405) 734-8129. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. 20. Buyer's Contact Information: Questions concerning this synopsis or subsequent solicitation can be directed to John Nolan, 405-739-9081, john.nolan.8@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-16-R-0105/listing.html)
 
Record
SN04000783-W 20160128/160126234032-80e4e40323264ff930782d984a716d35 (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.