Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

15 -- TRAILING EDGE,AIRCR

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; AFSC PZABA;6050 GUM LANE BLDG 1215; HILL AIR FORCE BASE; UT; 84056
 
ZIP Code
84056
 
Solicitation Number
FA8212-18-R-0033
 
Response Due
7/26/2018
 
Archive Date
10/24/2018
 
Point of Contact
JoAnn Blakley, Phone: 8017755895
 
E-Mail Address
jo.blakley@us.af.mil
(jo.blakley@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a 15 day Synopsis for an upcoming solicitation that is estimated to be released in June/July 2018. This is not a request for a proposal just a notification of an upcoming Solicitation. RESTRICTED TO QUALIFIED SOURCE(S): Qualification package request for those contractors who are not already qualified. See FAR Clause 52.209-1. Award will only be made to an approved qualified source. C&D Zodiac, Inc.(51635), The Nordam Group, Inc. (29957), Northrup Grumman Systems Corporation (26512)and Ogden Air Logistics Center (98747) are the only known approved qualified source(s). Per FAR Clause 9.202 (e) the government reserves the right to not delay contract award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Any capability statement will need to demonstrate to the government engineer how the source can manufacture/supply the Trailing Edge for the A-10 Aircraft while maintaining the quality of the part that meets or exceeds the government requirements. See attached Qualification Requirements Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements are cited in each individual solicitation. The government does not have complete and adequate data, special materials, facilities, tooling, or test equipment which may be required in the performance of the contract. Advise foreign contractors whether or not foreign participation not permitted at the prime contractor level. List Duration of Contract Period: November 2018 Anticipated award date: August 2018 Respondents are to specify whether they are large business, small business, small disadvantaged business, 8(a) concern, women-owned SB, Hubzone SB, Veteran-owned SB, or Service-disabled veteran- owned SB, and whether U.S. or foreign-owned firm. Electronic procedures will be used for the solicitation. All current and/or future information about this acquisition, i.e. solicitation, attachments, Amendments, Questions and Answers (Q&A's), etc., will be distributed through FBO, therefore, interested parties are responsible for monitoring this site to ensure they have the most-up-to-date information about this acquisition. All offerors wishing to be considered must be currently registered with System for Award Management (SAM) at www.sam.gov. This is a 15 day Synopsis for an upcoming solicitation that is estimated to be released in June/July 2018. This is not a request for a proposal just a notification of an upcoming Solicitation. RESTRICTED TO QUALIFIED SOURCE(S): Qualification package request for those contractors who are not already qualified. See FAR Clause 52.209-1. Award will only be made to an approved qualified source. C&D Zodiac, Inc.(51635), The Nordam Group, Inc. (29957), Northrup Grumman Systems Corporation (26512)and Ogden Air Logistics Center (98747) are the only known approved qualified source(s). Per FAR Clause 9.202 (e) the government reserves the right to not delay contract award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Any capability statement will need to demonstrate to the government engineer how the source can manufacture/supply the Trailing Edge for the A-10 Aircraft while maintaining the quality of the part that meets or exceeds the government requirements. See attached Qualification Requirements Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements are cited in each individual solicitation. The government does not have complete and adequate data, special materials, facilities, tooling, or test equipment which may be required in the performance of the contract. Advise foreign contractors whether or not foreign participation not permitted at the prime contractor level. List Duration of Contract Period: November 2018 Anticipated award date: August 2018 Respondents are to specify whether they are large business, small business, small disadvantaged business, 8(a) concern, women-owned SB, Hubzone SB, Veteran-owned SB, or Service-disabled veteran- owned SB, and whether U.S. or foreign-owned firm. Electronic procedures will be used for the solicitation. All current and/or future information about this acquisition, i.e. solicitation, attachments, Amendments, Questions and Answers (Q&A's), etc., will be distributed through FBO, therefore, interested parties are responsible for monitoring this site to ensure they have the most-up-to-date information about this acquisition. All offerors wishing to be considered must be currently registered with System for Award Management (SAM) at www.sam.gov. PR Number(s): FD20201801248 Line Item: 0001 NSN: 1560011263144FJ TRAILING EDGE,AIRCR P/N: 160D612512-2, Description: R/H O/B wedge Supp. Description: aluminum : 0.0000 PR Number(s): FD20201801248 Line Item: 0001AA Data Description: FA DATA/TEST INSPECTION REPORT IAW DD1423-1 Quantity: 1.0000 LO Delivery: SHIP IAW DD1423-1 SHIP IAW DD1423-1 Destn: FB2029,HILL AFB UT 84056-5713,49,84056-5713. Quantity: 1.00 Unit of Issue: LO PR Number(s): FD20201801248 Line Item: 0001AB NSN: 1560011263144FJ TRAILING EDGE,AIRCR P/N: 160D612512-2, Description: R/H O/B wedge Supp. Description: aluminum Quantity: 1.0000 EA Applicable to: None Delivery: *90 Calendar Days Sooner *ARO Contract Destn: FB2029,HILL AFB UT 84056-5713,49,84056-5713. Quantity: 1.00 Unit of Issue: EA PR Number(s): FD20201801248 Line Item: 0001AC NSN: 1560011263144FJ TRAILING EDGE,AIRCR P/N: 160D612512-2, Description: R/H O/B wedge Supp. Description: aluminum Quantity: 29.0000 EA Applicable to: None Delivery: 05 NOV 2018 On or Before Destn: FB2029,HILL AFB UT 84056-5713,49,84056-5713. Quantity: 29.00 Unit of Issue: EA PR Number(s): FD20201801248 Line Item: 0001AD NSN: 1560011263144FJ TRAILING EDGE,AIRCR P/N: 160D612512-2, Description: R/H O/B wedge Supp. Description: aluminum Quantity: 30.0000 EA Applicable to: None Delivery: 05 NOV 2018 On or Before Destn: FB2029,HILL AFB UT 84056-5713,49,84056-5713. Quantity: 30.00 Unit of Issue: EA Duration of Contract Period: NA Electronic procedure will be used for this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8212-18-R-0033/listing.html)
 
Record
SN05088849-W 20180915/180913231712-5ff01a4a2e92f75e436e59a14d1908ae (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.