Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2004 FBO #0902
SOLICITATION NOTICE

15 -- Fluid Manifolds

Notice Date
5/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
FA8525-04-R-33009
 
Response Due
6/21/2004
 
Archive Date
7/6/2004
 
Point of Contact
Jerold Ingram, Contract Negotiator, Phone (478)926-5110, Fax (478)926-7649,
 
E-Mail Address
Jerold.Ingram@robins.af.mil
 
Description
WR-ALC/LTKB intends to award a firm fixed price five year IDIQ contract for fluid Manifolds applicable to the C-5 aircraft. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The announcement number is FA8525-04-R-33009. This solicitation is issued as a request for proposal (RFP). This is an other than full and open competition sole source to Perkin Elmer Inc (CAGE: 15284) citing FAR 6.302-1. The requirement is for CLIN 0001, NSN: 1560-01-457-7418UC, P/N LH02330-001, HT: 6.45? WTH: 7.90? LTH 6.90? approximately 2 lbs. The item is used on the forward nacelle to provide hot air for anti-ice. The predominant material of manufacture is titanium. CLIN 0002, NSN: 1560-01-457-7420UC, P/N: LH02210-001, HT: 13? WTH: 6? LTH: 30?approximately 7 LBS. The item is used to provide bleed air for the anti-ice system. The predominant material of manufacture is Inconel 625 Per AMS 5599,5879 and 5581. CLIN 0003, NSN: 1560-01-169-7419UC, P/N: LH0220-001, HT 32?, WTH: 4? LTH: 14? approximately 8 lbs. SCHEDULE: The basic ordering period will consist of a first article for CLINs: 0001 and 0002, and production quantities for all CLINS. The first articles may be waived if the contractor has provided the items to the Air Force within the past 48 months. The min/max quantity on CLIN 0001 for the production articles is 29/75 for the basic and each ordering period. The min/max quantity for the production articles for CLIN 0002 is 1/40. The min/max quantity for the production articles on CLIN 0003 is 1/75. Request the contractor quote price breaks and quantity ranges commonly used. DELIVERY: First Articles FOB destination: (FB2060) D035K depot Supply, DDWG-ER DLA Central Receiving, 455 Byron Street, Robins AFB GA 31098, M/F: Special Handling First Article Unit. Approved first articles will be forwarded to USAF Supply. Disapproved first articles will be retained pending disposition instructions from the contractor. Production articles will be FOB Origin: (FB2065) D035 K Depot Supply, DDWGER-DLA Central Receiving, 455 Byron Street, Robins AFB GA 31098, Mark for Acct 09. The requested delivery schedule for the first articles is ---- calendar days after receipt of the contract. The requested delivery schedule for the production articles is 420 days after receipt of the order. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-10. FAR 52.212-1, Instructions to Offerors-Commercial Items (Jan 2004), and any addenda to the provision as listed in this notice; FAR 52.212-2, Evaluation ?Commercial Items(Jan 1999) (Tailored), Total Evaluated Price: In order to determine the total evaluated price of each offeror, the proposals will be evaluated for award purposes, based on the following parameters. The total evaluated price will be calculated as the sum of the following (i) the product of each proposed unit price for first articles/prototype multiplied times the respective quantity plus the first article /prototype evaluation cost factor ( ); (ii) the product of each proposed unit price for of each range for the production CLINS for all (5) ordering periods multiplied by the evaluation quantity for each range in each ordering period; FAR 52.212-3 Offeror Representations and Certifications (Jan 2004), (Offeror must submit a complete copy with their offers. To obtain an electronic copy of 52.212-3, visit the following web site: http://farsite.af.mil, or contact Jerold Ingram at the below email address); 52.212-4 Contract Terms and Conditions ? Commercial items ? (Oct 2003) and any addenda to the provision as listed in this notice; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items-(May 02; 52.232-33, Mandatory information for Electronic Funds Transfer payments-(May 99);52.247-34, F.O.B. Destination-(Nov 91); 52.252-2, Clauses Incorporated by Reference-(Feb 98) (http://farsite.af.mil); 252.225-7001-Buy American Act and Balance of Payments Program (Mar 98); DFARS, 252.204-7004, Required Central Contractor Registration (CCR)-(Nov 01; 252.,212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items. To view the provisions and clauses in full text, visit the web site (http://farsite.hill.af.mil). Vendors must be registered in Central Contractor Registration (www.ccr.gov) before award can be made. The quote format is at the discretion of the offeror. Numbered Note(s) 22 apply. ALL RESPONSES MUST BE RECEIVED NO LATER THAN 4:00 P.M., EASTERN STANDARD TIME ON 21 JUN 2004. Send all proposals to Jerold Ingram, 216 Ocmulgee Court, Robins AFB GA 31098-1646 or facsimile to 478-926-7649, or by E-email at Jerold.Ingram@robins.af.mil. Email is the preferred method of response.
 
Record
SN00586322-W 20040516/040514212128 (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.