Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
SOLICITATION NOTICE

28 -- SOLICITATION

Notice Date
3/30/2016
 
Notice Type
Combined Synopsis/Solicitation
 
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
SPRTA116R0215
 
Archive Date
4/28/2016
 
Point of Contact
Patrick Wayne McGowan, Phone: 4057348251
 
E-Mail Address
patrick.mcgowan@us.af.mil
(patrick.mcgowan@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION FOR F-108 DISK COMPRESSOR NSN: 2840-01-187-3182 PN, P/N: 2116M23P01 NON KIT ITEM PR# FD2030-16-00749 Solicitation: # SPRTA1-16-R-0215 This is a solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The proposed action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested parties may identify their interest and capability by responding to the requirement and submitting a proposal. Solicitation number SPRTA1-16-R-0215 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFARS). The associated NAICS code is 336412. The government anticipates award of a firm fixed price contract. The evaluation factors for this RFP are technical capability and price. The Government intends to make award to the acceptable offer with the lowest evaluated cost or price which is deemed responsible in accordance with Federal Acquisition Regulations and whose proposal conforms to the solicitation requirements. An offer will be considered non-responsive if technical acceptability is not met. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. One or more of the items under this acquisition is subject to Free Trade Agreements. DESCRIPTION OF REQUIREMENT : New Manufactured Material Line Item 0001 Disk Compressor BEQ: 4 each; Min: 1/ Max: 6 NSN: 2840-01-187-3182 PN PN: 2116M23P01 AMC: 3Z Function: Retains the stage 3 blades in axial slots. Required Delivery: 4 each starting 1 Nov 2016 Or New/Unused Government or Commercial Surplus Line Item 0002 Disk Compressor BEQ: 4 each; Min: 1/ Max: 6 NSN: 2840-01-187-3182 PN PN: 1590M59P01 AMC: 3Z Function: Retains the stage 3 blades in axial slots. Required Delivery: 4 each starting 1 Nov 2016 Acceptable New and Unused Government or Commercial Surplus Material: New and unused material is acceptable provided it has never been installed or used. It shows no signs of rust, corrosion, or other deterioration due to age or improper packaging/preservation. It has not been reconditioned and shows no evidence of disassembly or reassembly. Line Item(s) 0002 Part Number Verification: Items must be of the correct part number, (*), and must have been manufactured by (**). Line Item(s) *Part Number **Manufacturer 0002 1590M59P01 58828 Prior Government Ownership of Items: Items that were previously owned by the Government must be evidenced by the item marking contained on the original shipping containers or nameplate. Line Item 0002 Verifiable Dimensions Line Item(s) Manufacturer Name Drawing Number 0002 58828 1590M59P01 Acceptable Surplus Material Surplus material must be new/unused material only; acceptance shall be conducted at destination facility. Commercial off the shelf (COTS) surplus parts, supplied by surplus vendor shall have the original FAA Form 8130-3 or Certificate of Conformance with appropriate documentation annotated by the OEM's manufacturing source. Incomplete, altered or incorrect FAA 8130-3 and/or Certificate of Conformance is unacceptable as an Airworthiness Release Record. The authorized Manufacturers cage code and part number are listed above. Surplus supply vendors are not part manufacturers, they are only supply vendors.. New Manufactured Material & Government or Commercial Surplus Material Acceptable: New manufactured as defined as well as Government surplus or commercial surplus material as defined as (1) material, including commercial off-the shelf items manufactured for either Government or commercial use (e.g. production overrun quantities), which has never been sold to or accepted by the Government; or (2) material which would be considered "new Manufactured" except that it is not held by the actual manufacturer, the system contractor or subsidiary, successor, or distributor and as indicated below, will be considered to be acceptable in satisfaction of this requirement. Inspection and acceptance criteria for the surplus material are set forth in Section E hereof. The categories of surplus material and the Contract Line Item(s) to which this statement applies are: New Manufactured Material: New material means material manufactured by a qualified manufacturer, which has a Government-approved in-process quality system meeting the requirements of this solicitation. Previously manufactured material is considered "new material" as long as it in new and unused and held by the actual manufacturer, the system contractor or subsidiary, successor or distributor. This solicitation does not contemplate surplus material. In the event surplus material is offered and it is determined to be the best value to the Government, a determination shall be made as to its acceptability. The urgency of the instant action and the time necessary for evaluation may preclude consideration of surplus material for this award, however; in the event surplus material is determined to be acceptable, the solicitation will be amended announcing any supplemental inspection requirements and revising the due date for receipt of proposals. This statement applies to Listing Of Surplus Material: Submission of the following information for each item of surplus material included in the offeror's proposal is required to comply with the terms and conditions of FAR 11.302 (b). Information must be adequate to provide the basis for determinations required by the policy contained in FAR 11.302(b). (a) Surplus Item Identification: _______________ NSN: _______________ Noun: ____________ PN: ____________ Drawing Revision Letter: ____________ Manufacturer: ____________ (b) Federal Supply Code for Manufacturer (FSCM) marked on items per MIL-STD-130: ____________ (c) Quantity available for verification at dealer's facility: ____________ (d) Original manufacturer, government contract number: ____________ (e) Material was subsequently purchased as surplus from: ____________ (Manufacturer or Agency) (f) DLA sale number ____________ and date of sale by Government: ____________ (g) Do you have the drawings for this item? If yes, what is the revision letter/number and the date of the last revision of the drawings? ____________ (h) History of items since initially sold as surplus by Government or manufacturer: _____________________ (Storage Location, Packaging, Rework, Reconditioning, Repair, etc.) (i) Are items being offered in original unbroken containers? ____________ (j) Date of manufacture or packaging: _______________ (k) Material offered is warranted by the Contractor for a period of ____ months as contemplated by FAR 52.246-17, Warranty of Supplies of a Noncomplex Nature. (12 Months is presumed unless otherwise specified. If surplus is purchased, warranty may or may not be included in the award.) (l) The surplus items offered fit the conditional definition indicated below: (Check the appropriate definition and provide requested information. Use additional paper if more space is necessary.) (NOTE: Dates, Technical Order compliance, quality considerations, and component sources are essential information for categories (2), (3), and (4) below.) [ ] (1) New and unused: material has never been installed or used. It shows no signs of rust, corrosion, or other deterioration due to age or improper packaging/preservation. It has not been reconditioned and shows no evidence of disassembly or reassembly. [ ] (2) New and reconditioned: material has never been installed or used. It shows no signs of rust, corrosion, or other deterioration due to age or improper packaging/preservation. Reconditioning is allowed to the extent that gaskets, seals, O-rings, or other such cure-dated items have been or will be replaced prior to use in accordance with the applicable technical orders and specifications. Source of reconditioning: ____________ Summary of reconditioning: ____________ [ ] (3) New and modified: material has never been installed or used. It shows no signs of rust, corrosion, or other deterioration due to age or improper packaging/preservation. Components may have been (or may need to be) replaced in accordance with the applicable technical specifications for the purpose of configuration update or modification. Source of modification: ____________ Summary of modification: ____________ [ ] (4) Used and overhauled: material, which has been previously installed in operational equipment. It has been or can be completely overhauled, repaired, reconditioned, or modified per the applicable technical specifications to serviceable status. Source of overhaul: ____________ Overhaul technical order: ____________ (Applicable when contemplating acquisition of surplus material) RESPONSE DATE : 13 April 2016 DELIVERY LOCATION: B SW3211, USAF - TAFB HISTORY : 73 each, 21 Sept 2011, CFM International Qualification Requirements: Do not exist. QUALIFIED SOURCE: Competition is limited as only one responsible source exists and no other supplies will satisfy agency requirements. CFMI is currently the only qualified source who can manufacture this part. The Government does not have rights to 2116M23P01 manufacturing, production or process data. This information is proprietary to CFMI. Specifications, plans, or drawings related to the procurement described are incomplete or not available and cannot be furnished by the Government. SOLICITIATION WILL BE POSTED TO FBO ONLY. INDIVIDUAL REQUESTS WILL NOT RECEIVE A RESPONSE AS FBO IS A PUBLIC ACCESS DOMAIN. Offerors are required to be registered in the Central Contractor Registration database (CCR) ( www.ccr.gov ). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, Wide Area Workflow Receipt and Acceptance (WAWF-RA). The website for registration is http://rmb.ogden.disa.mil. EXPORT CONTROL : DOES NOT APPLY. SOLICITIATION CLAUSES: The following DLAD provision and clauses apply to this acquisition and can be viewed at http://farsite.hill.af.mil : 52.204-9002, 52.215-9016, 52.233-9001, 52.246-9031, 52.247-9039 SOLICITIATION CLAUSES: The following FAR provision and clauses apply to this acquisition and can be viewed at http://farsite.hill.af.mil : 52.203-3, 52,203-5, 52.203-6, 52.203-7, 52.203-8, 52,203.10, 52.203-12, 52.203-13, 52.204-7, 52.204-10, 52.209-5, 52,209-6, 52.209-7, 52.209-9, 52.211-17, 52.212-3, 52.212-4, 52.212-5, 52.213-1, 52.215-22, 52-215-23, 52,219-8, 52.222-1, 52.222-19, 52.222-21, 52.222-22, 52.222-24, 52.222-25, 52.222-26, 52.222-29, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.222-99, 52.223-3, 52.223-18, 52.225-1, 52.225-8, 52.225-13, 52.225-18, 52.225-25, 52.227-3, 52.229-4, 52.230-6, 52.232-25, 52.232-33, 52.232-34, 52.233-1, 52.233-3, 52.233-4, 52.242-13, 52.244-6 52.246-2, 52.246-16, 52.247-1, 52.247-29, 52.247-50, 52.249-2, 52.249-8, 52.252-6 SOLICITATION CLAUSES: The following DFAR provision and clauses apply to this acquisition and can be found at at http://farsite.hill.af.mil : 252.203-7000, 252.203-7001, 252.203-7002, 252.203-7003, 252.204-7003, 252.204-7008, 252.205-7000, 252.209-7001, 252.209-7004, 252.209-7010, 252.209-7999, 252.211-7003, 252.211-7006, 252.212-7001, 252.219-7003, 252.219-7004, 252.222-7006, 252.223-7008, 252.225-7001, 252.225-7002, 252.225-7010, 252.225-7016, 252.225-7036, 252.226-7001, 252.226-7001, 252.231-7000, 252.232-7003, 252.232-7009, 252.232-7010, 252.243-7002, 252.243-7002, 252-246-7003 This solicitation incorporates provisions and clauses in effect through the Federal Acquisition Circular 2005-87 effective 7 Mar 2016. PPIRS-SR Use of Past Performance Retrieval System Submit proposals electronically to: Patrick McGowan E-mail: patrick.mcgowan@tinker.af.mil or Fax to: (405) 734-8129 Or Mail to: Defense Logistics Agency - Aviation ATTN: Patrick McGowan (DLA-Aviation-AOAB) 3001 Staff Drive, Ste 2AD2109B Tinker AFB OK 73145-3070 Proposal is due by: 13 April 2016 Contact Patrick McGowan @ (405) 734-8120, if additional information is needed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA116R0215/listing.html)
 
Record
SN04067112-W 20160401/160330234505-7c65dff1016e97ac2ab0ec5b20d06a27 (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.