MODIFICATION
16 -- Fluid Filter for C5 Aircraft
- Notice Date
- 6/17/2004
- Notice Type
- Modification
- 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
- FA8524-04-R-33000
- Response Due
- 6/22/2004
- Archive Date
- 12/30/2004
- Point of Contact
- Sparkle Graham, Contract Specialist, Phone (478)926-7418, Fax (478)926-7649,
- E-Mail Address
-
Sparkle.Graham@robins.af.mil
- Description
- Subject Combined Synopsis/Solicitation is hereby amended as follows: WR-ALC/LTKA intends to award a Firm Fixed Price five year IDIQ contract for Fluid Filters, NSN: 1650 01 469 2791, Part Number AE-B308-16, applicable to the C5 aircraft. This is a combined Synopsis/Solicitation for commercial items prepared in accordance with 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 solicitation will not be issued. The announcement number is FA8524-04-R-33000. This solicitation is issued as a Request for Proposal (RFP). ALL RESPONSES MUST BE RECEIVED NO LATER THAN 4:00 P.M., EASTERN STANDARD TIME ON 22 JUN 2004. The North American Industry Classification System (NAICS) code for this acquisition is 336413, with a small business standard size, 1000 employee. This is other than full and open competition (OTF&OC) to qualified sources Pall Aeropower Corp (Cage:18350) and PTI Technologies (Cage: 05228). The requirement is for CLIN 0001, NSN: 1650-01-469-2791UC, Part Number AE-B308-16, SIZE/FUNCTION/MATERIAL: Height 8 ft. 30 in., Width 8 ft. 20 in., Depth 5 ft. 09 in., Weight 8 lbs (Dry). This filter assembly of a filter head, a bowl, two filter elements, two check valves, and two different pressure indicators. This filter is used in aircraft hydraulic systems (T39 engines) to filter hydraulic fluid of contaminants larger than 15 microns. The predominant material of manufacture is Anodized Aluminum Alloy Stock. SCHEDULE: Basic Year (CLINs 0001AA through 0001AC) consists of BID A, CLIN 0001AA, First Article Required, quantity of 2 each, BID A, CLIN 0001AB, Production Item, quantity of 9 each and BID B, CLIN 0001AC, First Article not required, quantity of 10 each. Ordering Period one through four (CLINs 1001 through 4001) consists of quantity ranges 1 through 40 each. Offers who have not submitted production articles of the same or similar article within the last 48 months must quote Bid A. Bid A and Bid B offerors should quote Ordering Periods 1 through 4. DELIVERY: First Article FOB Destination, (FB2065) DO35K DEPOT SUPPLY, DDWG-ER DLA CENTRAL RECEIVING, 455 BYRON STREET, ROBINS AFB GA, 31098, MARK FOR: SPECIAL HANDLING FIRST ARTICLE UNIT, Approved First Articles (Residual components of approved First Article, parts not destroyed in testing) will be forwarded to USAF Supply, 1 First Article will be expended in testing. Disapproved First Article will be retained by WR-ALC/LTE pending disposition instructions from the contractor. Production article shall be delivered FOB Origin to (FB2065) DO35K DEPOT SUPPLY, DDWG-ER DLA CENTRAL RECEIVING, 455 BYRON STREET, ROBINS AFB GA, 31098, MARK FOR: ACCT 09. Delivery Schedule for the First Article is 110 days, Delivery Schedule for Production Articles and each quantity range is 9 each beginning 180 days after receipt of 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 (Oct 00), and any addenda to the provision as listed in this notice; 52.212-2, Evaluation-Commercial Items (Jan 99) (Tailored) Total Evaluated Price: In order to determine the total evaluated price to the Government of each offeror, the proposals will be evaluated for award purposes, based upon the total price proposed for all ordering periods (Basic plus 4 ordering periods) based on the following parameters: The total evaluated price will be calculated as the sum of the following: Bid A, (i) the product of each proposed unit price for First Article/ Prototypes multiplied times the respective quantity plus the First Article/Prototype evaluation cost factor ($6000), (ii) the product of the proposed unit price for CLIN 0001AB multiplied times the respective quantity, (iii) the product of each proposed unit price of each range in the four remaining Ordering Periods, multiplied by the evaluation quantity for each range. The evaluation quantity ranges represented in Ordering Periods I though IV shall be 1-10, 11-20, 21-30, and 31-40. Evaluation quantity shall be ten (10) each. Bid B, (i) the product of each proposed unit price for CLIN 0001AC multiplied times the respective quantity, (ii) the product of each proposed unit price of each range in the four remaining Ordering Periods, multiplied by the evaluation quantity for each range. The evaluation quantity ranges represented in Ordering Periods I through IV shall be 1-10, 11-20, 21-30, and 31-40. Evaluation quantity for each range shall be ten (10) each; 52.212-3 Offeror Representations and Certifications (Jul 02), (Offerors 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 Sparkle Graham at the below email address); 52.212-4 Contract Terms and Conditions, Commercial Items (Feb 03), and any addenda to the provision as listed in this notice; 52.212-5 Contract Terms and Conditions Required to Implement Statues 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 Balance of Payments Program (Mar 98); DFARS, 252.204-7004, Required Central Contract Registration (CCR) (Nov 01); 252.212-7001, Contract Terms and Conditions required to implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items (Jul 02). 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 proposal 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 22 JUN 2004. Send all Proposals to Sparkle Graham, WR-ALC/LTKA, 216 Ocmulgee Court, Robins AFB GA 31098-1646 or by facsimile to 478-926-7649 or by E-mail at sparkle.graham@robins.af.mil. Point of Contact Sparkle Graham, Contract Specialist, Phone (478)926-7418, Fax (478)926-7649, Email sparkle.graham@robins.af.mil NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/WRALC/FA8524-04-R-33000/listing.html)
- Record
- SN00605894-F 20040619/040617215244 (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 |