Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2004 FBO #1032
MODIFICATION

16 -- Overhaul/Remanufacturing of Roll Ratio Controller

Notice Date
4/20/2004
 
Notice Type
Modification
 
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
FA810304R0144
 
Response Due
6/3/2004
 
Point of Contact
Teofilo Bautista Jr., Contract Negotiator, Phone (405) 739-9441, Fax (405) 739-4417,
 
E-Mail Address
teofilo.bautista@tinker.af.mil
 
Description
16—OVERHAUL / REMANUFACTURING OF F-15 ROLL & PITCH RATIO CONTROLLER, POC: CHUCK BAUTISTA / LGKIA/ (405) 739-9441 or by e-mail at teofilo.bautista@tinker.af.mil. The approximate solicitation issue date will be 5 May 2004; the closing date will be 3 June 2004, at 4:00 PM Central Time. The contractor shall provide all labor, facilities, equipment and all material to accomplish the Overhaul and/or Remanufacturing of the Roll Ratio Controllers, Part Number: 010-63078-8, NSN: 1650-010-346-6328 and Pitch Ratio Controller Part Number: 010-63077-7, NSN: 1650-00-535-7662. Additionally, the successful contractor may be required to pass an Initial Production Evaluation of the first article of production for each part number before authorization is given to proceed with the remaining production, to include any option year (s) production deemed necessary. The use or non-use of the IPE (Initial Production Evaluation) and PAS (Preaward Survey) requirements are strictly at the discretion of the U.S. Government! The resultant Contract will consist of overhaul / remanufacture for the quantities below. The Contractor is required to perform all labor, provide all facilities, equipment, testing materials and equipment, packing and packaging, serializing and or marking of assets. Assets will be returned to the U.S. Government in serviceable condition in accordance with the work specifications Technical Order(s) and or OC-ALC Engineering instructions contained in the contract... THIS IS A FIRM FIXED PRICE EFFORT: 100% Contractor Furnished Material (CFM). Government Furnished Material and CAP will not be utilized and are not authorized! Over & Above will not be a part of this contractual instrument and is Not Separately Priced! Data in accordance with the DD 1423 and Appendix “B” will not be Separately Priced. Some units which will be listed in Section B of the proposed contract instrument may upon disassembly and/or inspection, be determined to be beyond repairable limits specified in the work specifications and/or technical orders. Any cost for work performed by the contractor, prior to the determination that such equipment is beyond repairable limits, shall be included in the unit prices of the listed items. Condemned units will not be counted as production. The contract will consist of the following: CLIN 0001: NSN: 1650-01-346-6328, P/N: 010-63078-8, Noun: Roll Ratio Controller, Application: F-15 Aircraft; 25 each, (1-3 each, IPE, if applicable). CLIN 0002: NSN: 1650-00-535-7662, P/N: 010-63077-7, Noun: Pitch Ratio Controller, Application: F-15; 25 each (1-3 each, IPE if applicable). The Government Delivery Rate is as Follows: CLIN 0001: 4 each 30 days after receipt of a funded order and or reparables whichever is later. Additionally, 4 each every 30 days thereafter until the total of 25 serviceable are completed. CLIN 0002: 3 each 30 days after receipt of a funded order and or reparables whichever is later. Additionally, 3 each will be required every 30 days thereafter until the totals of 25 serviceable are completed. Qualification Requirements are available! Sources must be qualified and approved prior to being considered for award. 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. AWARD WILL NOT BE WITHHELD AWAITING QUALIFICATION. For qualification information/source approval requests contact Source Development Office, OC-ALC/BC/ (405) 739-7243. The only current APPROVED SOURCE IS: MOOG. Cage Code 94697. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the “Approved Source” listed above. Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of the 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. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. 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. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Electronic procedures will be used for this solicitation. See Note (s) 22, 26. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (20-APR-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 21-SEP-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/OCALCCC/FA810304R0144/listing.html)
 
Record
SN00679095-F 20040923/040921213618 (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.