Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOLICITATION NOTICE

29 -- MODULE KIT,SERVO VA

Notice Date
8/8/2017
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts 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
SPRTA1-17-R-0448
 
Response Due
9/22/2017
 
Archive Date
12/21/2017
 
Point of Contact
Chris Lally, Phone 405-734-8112, Fax - -, Email christopher.lally.1@us.af.mil
 
E-Mail Address
Chris Lally
(christopher.lally.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
FY18 FUNDS APPLY TO THIS REQUIREMENT. NO AWARD CAN BE MADE UNTIL FY18 FUNDS BECOME AVAILABLE IAW FAR 52.232-18 HEREIN. NEW MANUFACTURED MATERIAL ONLY - SURPLUS WILL NOT BE CONSIDERED 1. Estimated solicitation issue date 23 Aug 2017 2. Estimated solicitation response date 22 Sept 2017 3. RFP #: SPRTA1-17-R-0448; 4. PR#: FD2030-18-00093; 5. Nomenclature/Noun: MODULE KIT, SERVO VALVE; 6. NSN: 2915-01-244-5400 NZ; 7. PN: 351044 / 20105100 / 20105100-101; 8. Application (Engine or Aircraft): F100 Engine; 9. AMC: 1R; 10. History: 19 Jun 17 - SPRTA1-17-C-0092 - WOODWARD HRT, INC. CAGE 81873 11. Description/Function: (EHSV) Valve converts an electrical signal into a pressure signal that in turn is used to schedule fuel flow; 12. Dimensions: 6.3000" (L) x 6.3000" (W) x 10.5000" (H) and weighs 3.1000 (LBs) 13. Material: ALUMINUM 14. Qualified Sources: HONEYWELL INTERNATIONAL, INC. CAGE 06848; WOODWARD HRT, INC. CAGE 81873 15. Qualification Requirements: N/A 16. First Article: NO 17. Export Control: NO; 18. Award Type: Award of a firm fixed price, fixed quantity 19. Required Delivery: BEQ 25 EACH on or before 30-JUN-18. Destination: SW3211; 20. Mandatory Language: In accordance with FAR 6.302-1, all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. This acquisition involves technology that has a military or space application. The extent of foreign participations has not yet been determined. Nothing in this notice contradicts other restrictions identified in the synopsis notice or solicitation regarding eligible sources (e.g., if this is a small business set aside, foreign sources may not participate as potential prime contractor but could, if otherwise eligible, participate as subcontractors). Based upon market research the Government is not using the policies contained in FAR 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 Governments requirement with a commercial item within 15 days of this notice. 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. Hard copies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.fbo.gov. Authority: 10 U.S.C. 2304(c)(1), Justification: Supplies or Services required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one or a limited number of sources under the authority of FAR 6.302. This notice of intent is not a request for competition. However, 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. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s) listed. Note: While price will be a significant factor in the evaluation of offers, the final contract award may be based on a combination of price, technical capability, and past performances detailed in the solicitation. Written procedure will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestors are acceptable. 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. The Competition Advocate (CA) at each contracting activity/office (as defined in DLAD 2.101) shall act as the ombudsman and attempt to resolve contractor complaints. DLA AVIATION - AOB's CA/ombudsman can be reached at (405) 734-8241, facsimile (405) 734-8129. Complaints which cannot be so resolved shall be forwarded to the HQ through J-72 for resolution by the DLA competition advocate. Each activity is responsible for developing procedures for executing the duties and responsibilities of its local. ; 21. UID: YES 22. Small Business Set-Aside. Not applicable 23. Critical Safety Item: YES 24. Point of contact: DLA-Aviation/AOAA, Chris Lally @ christopher.lally.1@us.af.mil PR Number(s): FD2030-18-00093 Line Item: 0001 NSN: 2915012445400NZ MODULE KIT,SERVO VA P/N: 351044, P/N: 351044A, P/N: 20105100, Description: (EHSV) Valve converts an electrical signal into a pressure signal that in turn is used to schedule f... Supp. Description: Aluminum Best Estimate Quantity: 25.0000 EA (Min 6 / Max 38) Delivery: 30 June 2018 On or Before Destn: SW3211, TINKER AFB OK 73145-8000, Electronic procedure will be used for this solicitation. IAW FAR 5.207(c)(12)(i) - Buy American Act/Free Trade Agreements/Israeli Trade Act: One or more of the items under this acquisition is subject to Free Trade Agreements." IAW FAR 5.207(c)(15)(ii), All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-17-R-0448/listing.html)
 
Record
SN04618652-W 20170810/170808233138-cf1729a223eb4325bc60418084e8377a (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.