Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 03, 2017 FBO #5854
MODIFICATION

28 -- LINER,COMBUSTION CH - FD2030-18-00270

Notice Date
12/1/2017
 
Notice Type
Modification/Amendment
 
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
SPRTA1-18-R-0134
 
Response Due
12/27/2017
 
Archive Date
3/27/2018
 
Point of Contact
Breann Irving, Phone: 4057348107
 
E-Mail Address
Breann.Irving@us.af.mil
(Breann.Irving@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SYNOPSIS - F108 Liner, Combustion CH (AMC 1C) 1. Estimated solicitation issue date 27 Nov 17 and estimated closing/response date 27 Dec 17. 2. RFP #: SPRTA1-18-R-0134 3. PR#: FD2030-18-00270 4. Nomenclature/Noun: Liner, Combustion CH 5. NSN: 2840-01-344-3232 PN 6. PN: 9978M51G18 7. Application (Engine): F-108 8. AMC: 1C 9. History: PTS Aviation, Inc., Sept 2017 10. Description: Dimensions: Length 28 in, Width 12 in, Height 30 in, Weight 15 lbs. Material: Hastelloy X. Function: Contains combustion during engine combustion.. 11. This is small business set aside. 12. Line Item Structure: 0001- Information CLIN for New Manufacture Material Bid A 'First Article Required' 0001AA-First Article Test (Expended): Quantity 1 ea 0001AB-FA Test (Non-Expended): Quantity 2 ea 0001AC-New Manufactured Material (Production Units): Quantity Range 17 to 55 Bid B 'First Article Not Required' 0001AD New Manufactured Material (Production Units)- Quantity Range 19 to 57 0002- Information CLIN for Surplus Bid C 'Surplus' 0002AA- New/Unused Government Surplus: Quantity Range 19 to 57 0002AB- New/Unused Commercial Surplus: Quantity Range 19 to 57 0002AC- Used/Overhauled Government Surplus: Quantity Range 19 to 57 0002AD- Used/Overhauled Commercial Surplus: Quantity Range 19 to 57 Used/Overhauled Government/Commercial Surplus Notes: Authorized part number is 9978M51G18, 1317M90G04, 1317M90G05 (Cage 58828) and no other part numbers are acceptable. OFFERORS MUST ANNOTATE ALL PART NUMBERS BEING OFFERED. In order to be acceptable, all Used/Overhauled Government/Commercial Surplus shall be overhauled (repaired) IAW CFM Engine Shop Manual by the following sources Kelly Aviation Central Montreal (CAGE Code L06Y2), GE Engine Services, Inc., Cincinnati (CAGE Code 062W2), CFM International (CAGE Code 58828) and General Electric (CAGE Code 07482). These sources are not contractually bound to provide services. Offeror shall provide evidence that the required overhaul work has been performed, or will be performed prior to shipment, as required. 13. Ship To Address: Production Units Ship To: SW3211, Tinker AFB, OK. 73145-8000 FA Units Ship To: FY2303, Tinker AFB, OK 73145-8000 14. Delivery Schedule: First Article Units: 180 Days ARO Contract Production Units (FA Required): 300 Days after approval of FA Units Production Units (FA Not Required): 300 Days ARO Contract All Surplus Material: 90 Days ARO Contract 15. Qualification Requirements are applicable 16. Export Control is applicable Mandatory Language: Electronic procedures will be used for this solicitation. No telephone requests. Only written or faxed requests received directly from the requestors are acceptable. The purposed contract action is for supplies for which the Government intends to solicit and compete with qualified small business sources. Qualification Requirements apply. This part requires engineering source approval by 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 require acquisition of the part from the approved sources. An alternate source must qualify in accordance with the design control activity procedures, as approved by the cognizant government engineering activity. Contract award will be made only if the product, manufacturer or source meets the qualification requirements at the time of award IAW clause 52.209-1. Note that the Government will not delay contract award to review pending Source Approval Requests (SARs). Therefore, offerors are encouraged to submit the SAR as soon as possible. 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. Interested parties are invited to call the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Based upon market research, the Government will be using the policies contained in Far Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. The solicitation will be available for download on the release date from www.fedbizops.gov. No telephone requests. Questions concerning this synopsis or subsequent solicitation can be directed to Breann Irving at (405) 734-8107 or email breann.irving@us.af.mil. Note: Faxed solicitation requests can be submitted to DLA Aviation-AOAB, Tinker AFB, OK 73145, FAX NUMBER (405) 739-4237.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-18-R-0134/listing.html)
 
Record
SN04754510-W 20171203/171201231127-ea52ea8751516b9b8f4d6e69587afe96 (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.