Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2004 FBO #0926
SOLICITATION NOTICE

29 -- Repair of F108-100/201 (CFM56-2B/C) Main Fuel Pump Assembly

Notice Date
6/7/2004
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
FA8104-04-R-0273
 
Response Due
6/30/2004
 
Archive Date
7/15/2004
 
Point of Contact
Shanna Kilburn, Contract Negotiator, Phone 405 734-8095, Fax 405 739-5493, - Billie Kindschuh, Contract Negotiator, Phone (405)734-8094,
 
E-Mail Address
shanna.kilburn@tinker.af.mil, billie.kindschuh@tinker.af.mil
 
Description
This is a combined synopsis/solicitation for the repair of 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; quotes are being requested and a written solicitation will not be issued. This solicitation FA8104-04-R-0208 is a Request for Proposal. This solicitation incorporates provisions and clauses that are in effect through Federal Acquisition Circular (FAC) 97-26. NAICS Code: 336413. Place of Performance/FOB: Contractor's Facility, Argo-Tech Corp, Cleveland, OH. Delivery 10 ea every 30-calendar days After Receipt of Order, or Reparable Asset, Whichever is later. CLIN 0001 ? Repair of the F108-100/201 (CFM56-2B/C) Main Fuel Pump Assembly Input - NSN: 2915-01-139-6647PN, P/N: 704300-2, -4, -6, -13 and/or P/N:708600-1, -5 and/or NSN: 2915-01-241-9239PN P/N: 708400-1 Output - NSN: 2915-01-139-6647PN P/N: 704300-13 and/or P/N: 708600-5 and/or NSN: 2915-01-241-9239PN, P/N: 708400-2 CLIN 0001AA ? Basic Year, Best Estimated Quantity: 20 ea CLIN 0001AB ? Option I, Best Estimated Quantity: 22 ea CLIN 0001AC ? Option II, Best Estimated Quantity: 20 ea CLIN 0001AD - Option III, Best Estimated Quantity: 21 ea CLIN 0001AE - Option IV, Best Estimated Quantity: 23 ea CLIN 0002 ? G009 Data IAW DD Form 1423-1, 1 LO CLIN 0003 ? CEMS (Comprehensive Engine Management System) Data IAW DD Form 1423, 1 LO STANDARD FEATURES: Fuel Pumps contain a centrifugal boost stage, a fuel filter, and a gear stage. The centrifufal stage provides pressurized fuel to maintain fuel flow through an external fuel heater and through the pump fuel filter, and also provides pressurized fuel to the gear stage. The gear stage supplies high-pressure fuel to the aircraft engine fuel control. The pump cover provides a mounting surface for the fuel control. A control shaft drives the fuel control concentric with the main drive (input) shaft. The pump cover and gear housing contain pressure and temperature taps to monitor pump performance. The following clauses apply: 52.252-2 Clauses Incorporated by Reference. The full text of a clause may be accessed electronically at the URL addresses below: http://farsite.hill.af.mil/reghtml/far/farltoc/htm http://farsite.hill.af.mil/reghtml/dfars/dfarltoc.htm http://farsite.hill.af.mil/reghtml/affars/affarltoc.htm http://farsite.hill.af.mil/reghtml/afmcfars/afmcltoc.htm 52.212-1, INSTRUCTIONS TO OFFERORS - COMMERCIAL; 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS; 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (OCT 2003) (IAW FAR 12.301(b)(4)) 52.203-6, Restrictions on Subcontractor Sales to the Government (Jul 1995), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999)(15 U.S.C. 657a). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). 52.219-8, Utilization of Small Business Concerns (Oct 2000)(15 U.S.C. 637(d)(2) and (3)). (i) 52.219-9, Small Business Subcontracting Plan (Jan 2002)(15 U.S.C. 637(d)(4)). (ii) Alternate I (Oct 2001) of 52.219-9. (iii) Alternate II (Oct 2001) of 52.219-9. 52.219-25, Small Disadvantaged Business Participation Program?Disadvantaged Status and Reporting (Oct 1999)(Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2002)(E.O. 11246). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). 52.222-36, Affirmative Action For Workers with Disabilities (June 1998)(29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212). 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003)(31.U.S.C. 3332); 252.212-7001, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (OCT 2003) 52.203 3, Gratuities (APR 1984) (10 U.S.C. 2207).252.205 7000, Provision of Information to Cooperative Agreement Holders (DEC 1991) (10 U.S.C. 2416). 252.219 7003, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan (DoD Contracts) (APR 1996) (15 U.S.C. 637).252.225 7014, Preference for Domestic Specialty Metals (APR 2003) (10 U.S.C. 2533a). 252.232-7003, Electronic Submission of Payments (MAR 2003) (10 U.S.C. 2227).252.243-7002, Requests For Equitable Adjustment (MAR 1998) (10 U.S.C. 2410).252.247 7023, Transportation of Supplies by Sea (MAY 2002) 52.204-7, CENTRAL CONTRACTOR REGISTRATION (OCT 2003) (IAW FAR 4.1104) 52.211-15, DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS (SEP 1990) (IAW FAR 11.604(b)) 52.212-4, CONTRACT TERMS AND CONDITIONS--COMMERCIAL ITEMS (OCT 2003), (IAW FAR 12.301(b)(3)) 52.216-18, ORDERING (OCT 1995) (IAW FAR 16.506(a)) (a) Such orders may be issued from the effective date of the contract to one (1) year thereafter for the Basic Year. If applicable, any options that are exercised will extend the contract ordering period by twelve (12) months.. 52.216-19, ORDER LIMITATIONS (OCT 1995) (IAW FAR 16.506(b)) (a) Minimum order. one, (b) Maximum order. (1) unlimited; (2) unlimited; (3) 30 (d) 30 52.216-21, REQUIREMENTS (OCT 1995), (IAW FAR 16.506(d)(1)) 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT, (MAR 2000) (IAW FAR 17.208(g)) (a) 30; 30 (c) 60 months. 252.225-7014, PREFERENCE FOR DOMESTIC SPECIALTY METALS -- ALTERNATE I (APR 2003), (IAW DFARS 225.7002-3(b)(2)) 5352.291-9005, END ITEMS BEYOND ECONOMICAL REPAIR (AFMC) (JUL 1997) (IAW AFMCFARS 5391.102(f)) (a) 75% DPAS Rating: DO CBD Notes 22, 23 apply to solicitation. RFPs may be faxed to (405) 739-5493 ATTN: Shanna Kilburn, or emailed to: shanna.kilburn@tinker.af.mil RESPONSE TIME: 30 June 2004/ 4:00 p.m. BUYER: Shanna Kilburn, 405-734-8095.
 
Place of Performance
Address: Contractor's Facility (Argo-Tech Corp)
Zip Code: 73145
Country: United States
 
Record
SN00599412-W 20040609/040607211954 (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.