Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2004 FBO #0851
MODIFICATION

J -- Repair of F108 Power Mangement Control

Notice Date
3/24/2004
 
Notice Type
Modification
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
FA8104-04-R-0146
 
Response Due
3/31/2004
 
Archive Date
4/15/2004
 
Point of Contact
Margaret Wright, Contract Negotiator, Phone (405)739-5495, Fax 739 5493,
 
E-Mail Address
margaret.wright@tinker.af.mil
 
Description
This is a combined synopsis/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. This solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97-20. The solicitation number is FA8104-04-R-0146. The solicitation is a request for proposals (RFP). Issued pursuant to small business competitiveness demonstration program. Approved Source is (Cage 63760) BAE Systems Control Inc., 2000 Taylor Street, Fort Wayne, IN 46802-4605. 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 classification code for this buy is J ? Repair of F108 Power Management Control in accordance with Statement Of Work. The North American Industry Classification System Code (NAICS) is 336412. This is a requirement for Firm Fixed Price Line Items; INPUT/OUTPUT NSN: 2915-01-139-6619PN, P/N: 7084M61G01/02/03 and/or NSN: 2915-01-286-5565PN, P/N: 7084M61G04/05/06 and/or 7157M61P04/06; Noun: Repair of F108 Power Management Control in accordance with Statement Of Work, - CLIN 0001 (PASS ALL TESTS), CLIN 0001AA Basic Year, Estimated Max Quantity 45 EA; Estimated Monthly Delivery Schedule: 8 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0001AB Option I, Estimated Max Quantity 24 EA; Estimated Monthly Delivery Schedule: 4 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0001AC Option II, Estimated Max Quantity 22 EA; Estimated Monthly Delivery Schedule: 4 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0001AD Option III, Estimated Max Quantity 24 EA; Estimated Monthly Delivery Schedule: 4 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0001AE Option IV, Estimated Max Quantity 24 EA; Estimated Monthly Delivery Schedule: 4 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0002 (REPAIR-MINOR INTERNAL REPAIRS), CLIN 0002AA Basic Year, Estimated Max Quantity 14 EA; Estimated Monthly Delivery Schedule: 2 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0002AB Option I, Estimated Max Quantity 7 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0002AC Option II, Estimated Max Quantity 7 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0002AD Option III, Estimated Max Quantity 8 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0002AE Option IV, Estimated Max Quantity 7 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0003 (REPLACE (1) MODULE, NOT INCLUDING A2), CLIN 0003AA Basic Year, Estimated Max Quantity 17 EA; Estimated Monthly Delivery Schedule: 2 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0003AB Option I, Estimated Max Quantity 9 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0003AC Option II, Estimated Max Quantity 9 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0003AD Option III, Estimated Max Quantity 9 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0003AE Option IV, Estimated Max Quantity 9 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0004 (REPLACE A2 w/NEW MODULE), CLIN 0004AA Basic Year, Estimated Max Quantity 9 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0004AB Option I, Estimated Max Quantity 5 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0004AC Option II, Estimated Max Quantity 3 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0004AD Option III, Estimated Max Quantity 5 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0004AE Option IV, Estimated Max Quantity 5 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0005 (REPLACE CONNECTOR), CLIN 0005AA Basic Year, Estimated Max Quantity 1 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0005AB Option I, Estimated Max Quantity 1 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0005AC Option II, Estimated Max Quantity 1 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0005AD Option III, Estimated Max Quantity 1 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0005AE Option IV, Estimated Max Quantity 1 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0006 (CHASSIS REPLACEMENT), CLIN 0006AA Basic Year, Estimated Max Quantity 2 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0006AB Option I, Estimated Max Quantity 1 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0006AC Option II, Estimated Max Quantity 1 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0006AD Option III, Estimated Max Quantity 1 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0006AE Option IV, Estimated Max Quantity 1 EA; Estimated Monthly Delivery Schedule: 1 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0007 (REPLACE CONNECTOR PANEL ASSY), CLIN 0007AA Basic Year, Estimated Max Quantity 2 EA; Estimated Monthly Delivery Schedule: 2 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0007AB Option I, Estimated Max Quantity 2 EA; Estimated Monthly Delivery Schedule: 2 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0007AC Option II, Estimated Max Quantity 2 EA; Estimated Monthly Delivery Schedule: 2 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0007AD Option III, Estimated Max Quantity 2 EA; Estimated Monthly Delivery Schedule: 2 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0007AE Option IV, Estimated Max Quantity 2 EA; Estimated Monthly Delivery Schedule: 2 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0008 (REPLACE MISSING MOUNTING HARDWARE), CLIN 0008AA Basic Year, Estimated Max Quantity 44 EA; Estimated Monthly Delivery Schedule: 4 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0008AB Option I, Estimated Max Quantity 24 EA; Estimated Monthly Delivery Schedule: 2 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0008AC Option II, Estimated Max Quantity 22 EA; Estimated Monthly Delivery Schedule: 2 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0008AD Option III, Estimated Max Quantity 24 EA; Estimated Monthly Delivery Schedule: 2 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. CLIN 0008AE Option IV, Estimated Max Quantity 24 EA; Estimated Monthly Delivery Schedule: 2 EA per month 30 days after receipt of funded order or reparable assets, whichever is later. Technical Orders: Refer to attached Statement of Work; Application: The contractor is responsible for the receiving, disassembly, cleaning, inspection, repair and packaging and handling of the F108 Engine Power Management Control per the Statement of Work. Place of delivery schedules acceptance is FB2039 Tinker AFB, OC-ALC-TISD, Bldg 506 Door 22, 7401 Arnold St., Tinker AFB, OK 73145-9013 with FOB Origin. Qualification Requirements: Sources must be qualified prior to being considered for award. These qualification requirements apply to line items 0001 through 0008. Please contact OC-ALC/BC, ATTN: Source Development Office, 3001 Staff Drive, Suite 1AG85A, Tinker AFB, OK 73145-3009 in writing for further information concerning the source approval process. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with firm listed. 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. 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. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial items (Jan 2004), 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995), 52.219-8 Utilization of Small Business Concerns (Oct 2000), 52.219-9 Small Business Subcontracting Plan (Jan 2002) and Alternate II (Oct 2001), 52.222-19 Child Labor?Cooperation with Authorities and Remedies (Jan 2004), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001), 52.225-13 Restriction on Certain Foreign Purchases (Oct 2003), 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jan 2004), 52.203-3 Gratuities (Apr 1984), 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991), 252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (Apr 1996), 252.225-7001 Buy American Act and Balance of Payment Program (Apr 2003), 252.225-7012 Preference for Certain Domestic Commodities (Feb 2003), 252.225-7014 Preference for Domestic Specialty Metals (Apr 2003), 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (Oct 2003), 52.232-33 Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003), 252.243-7003 Requests for Equitable Adjustment (Mar 1998), 252.243-7002 Requests For Equitable Adjustment (Mar 1998), 252.247-7023 Transportation of Supplies by Sea (May 2002), 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Jun 2003), 52.204-4 Printed or Copied Double-Sided on Recycled Paper (Aug 2000), 52.204-7 Central Contractor Registration (Oct 2003), 252.204-7003 Control of Government Personnel Work Product (Apr 1992), 252.204-7004 Alternate A (Alternate A to FAR Clause 52.204-7, Central Contractor Registration) (Nov 2003), 52.209-6 Protecting the Government?s Interest When Subcontracting With Contractors Debarred, Suspneded, or Proposed For Debarment (Jul 1995), 252.209-7004 Subcontracting With Firms That Are Owned or Controlled by the Government of a Terrorist Country (Mar 1998), 52.211-15 Defense Prioirity and Allocation Requirements (Sep 1990), 52.211-17 Delivery of Excess Quantities (Sep 1989), 252.211-7003 Item Identification and Valuation (Jan 2004), 52.247-29 F.o.b. Origin (Jun 1988), 52.252-4 Alterations in Contract (Apr 1984), 52.216-18 Ordering (Oct 1995), 52.216-19 Order Limitations (Oct 1995), 52.216-21 Requirements (Oct 1995), 52.217-9 Option to Extend the Term of the Contract (Mar 2000), 52.219-16 Liquidated Damages?Subcontracting Plan (Jan 1999), 52.222-1 Notice To The Government of Labor Disputes (Feb 1997), 252.225-7002 Qualifying Country Sources As Subcontractors (Apr 2003), 252.225-7004 Reporting of Contract Performance Outside The United States (Apr 2003), 252.225-7014 Preference For Domestic Specialty Metals?Alternate I (Apr 2003), 52.227-1 Authorization and Consent (Jul 1995), 52.229-4 Federal, State, and Local Taxes (State and Local Adjustments) (Apr 2003), 52.230-6 Administration of Cost Accounting Standards (Nov 1999), 52.232-17 Interest (Jun 1996), 52.232-23 Assignment of Claims (Jan 1986), 52.242-13 Bankruptcy (Jul 1995), 52.242-15 Stop-Work Order (Aug 1989), 252.243-7001 Pricing of Contract Modifications (Dec 1991), 52.246-11 Higher-Level Contract Quality Requirement (Feb 1999), 52.246-16 Responsibility For Supplies (Apr 1984), 52.253-1 Computer Generated Forms (Jan 1991), 52.245-2 Government Property (Fixed-Price Contracts) (June 2003), 52.246-24 Limitation of Liability?High Value Items (Feb 1997), 252.242-7003 Application for U.S. Government Shipping Documentation/Instructions, 252.225-7000 Buy American Act-Balance of Payments Program Certificate (Apr 2003), 252.225-7028 Exclusionary Policies and Practices of Foreign Government (Apr 2003). The full text of any clause can be found at http//:farsite.hill.af.mil. Proposals are due at the issuing office by 4:00 PM (Central Standard Time) on March 31, 2004. Proposals should be mailed to: Margaret A. Wright/LPKPA, 3001 Staff Drive Ste 2AG1/109B, Tinker AFB, OK 73145. Contact Margaret A. Wright at (405) 739-5495 for information regarding this solicitation. Fax number is (405) 739-5493. E-mail address is margaret.wright@tinker.af.mil. See Note 23.
 
Record
SN00553222-W 20040326/040324224347 (fbodaily.com)
 
Source
FedBizOpps.gov 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.