Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 01, 2016 FBO #5334
SOLICITATION NOTICE

16 -- SERVOMECHANISM,HYDR

Notice Date
6/29/2016
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; 3001 STAFF DR STE 1AC4 99A; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8118-16-R-0079
 
Response Due
8/15/2016
 
Archive Date
12/31/2016
 
Point of Contact
Welth Cooper, Phone 405-739-5510, Fax - -, Email welth.cooper@us.af.mil - Julie Idleman, Phone 405-739-4406, Fax - -, Email julie.idleman@us.af.mil
 
E-Mail Address
Welth Cooper
(welth.cooper@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the remanufacture/overhaul of E-3 Rudder PCU. A firm fixed price Requirements type contract is contemplated. The requirements set forth in this notice are defined per Purchase Request FD2030-15-02505 as follows: Written response is required. Item 0001: Servomechanism, Hydr, Basic Year plus One - 1 Option Year; NSN: 1650-01-052-0382 P/N 231600-1005; Applicable to E-2 Rudder PCU for a best estimated quantity (BEQ) of Basic 18 each/year and Option Year 1 - 20 each/year. Item 0002: Over and Above Item 0003: Data (Not Separately Priced) Function: To position an aircraft rudder surface in response to commands from the aircrafts yaw damper control system. Dimensions: 10.00' h x 10.00' w x 22.65' l and weighs 47.00 lbs. Material: Aluminum, Steel, Rubber, Copper. Delivery: 1 each 30 days after receipt of order (ARO) and reparable units. 1 each every 30 days thereafter; until production is complete. Early delivery is acceptable. Ship To: Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets. Duration of Contract Period: Basic Year with One - 1 Year Options Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY. For qualification information/source approval requests contact the Source Development Office, OC-ALC/SB (405) 739-7243. Award will be based on meeting our requirements and cannot be delayed pending qualification of additional sources. Part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from approve sources. Current approved sources include: PARKER-HANNIFIN CORPORATIONCAGE CODE: 82106 Export Control: N/A This is a sole source requirement to Parker-Hannifin Corporation (Cage 82106). The AMC is R3/C. Set-aside: N/A The Government intends to issue solicitation FA8118-16-R-0079 on or about 15 July 2016 with a closing response date of 15 August 2016 and estimated award date of on or about 21 December 2016. This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such. Based upon market research, the Government will not be using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested parties 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. In accordance with FAR 5.207(c)(16)(ii), when using the sole source authority at 6.302-1, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All questions regarding this notice are to be submitted in writing via E-mail or Fax. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s). Vendor identities will not be disclosed. Prospective offerors must comply with all the requirements of the solicitation and any attachments thereto to be considered responsive. All offerors are to specify in their response whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business. Also offerors must specify whether they are a U.S. or foreign-owned firm. OMBUDSMAN (AUG 2005) (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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-16-R-0079/listing.html)
 
Record
SN04166220-W 20160701/160629235113-12ef365cc6d05b9034b98ae267c11676 (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  © 1994-2020, Loren Data Corp.