SOLICITATION NOTICE
28 -- Bolt Assembly ,Turbine T
- Notice Date
- 5/19/2005
- Notice Type
- Solicitation Notice
- 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
- FA8104-05-Q-0238
- Response Due
- 6/2/2005
- Archive Date
- 6/17/2005
- 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. The solicitation number is FA8104-05-Q-0238. The solicitation is a request for quotation (RFQ). Closing date for quotations will be received at the issuing office until 2:00 PM on 2 June 2005. Lowest Price Technically Acceptable (LPTA) procedures will be used for this solicitation to evaluate quotes. Approved sources are (Cage 063005) Rolls Royce and (Cage 066905) Pacific Sky Supply. This solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 97-20 (FAC). The North American Industry Classification System Code (NAICS) is 336412. This is a requirement for Line Item 0001; NSN: 2840-00-014-1748DQ, Qty 5 each, P/N: 6844778, Bolt Assembly, Turbine T used on T-56-15 engine. Form/Fit/Function: The tie bolt connects the turbine assembly to the compressor so that heat energy can be harnessed for proper engine function. New/Unused Government and Commercial surplus may be acceptable. Remarks: Parts that are new/unused Gov?t surplus showing no signs of rust or reconditioning in any manner are acceptable if item is in original packaging with legible part number and FSCM. Failure of this item can cause unsafe engine operation, death or dismemberment. Parts will only be accepted from approved sources. Place of delivery and acceptance is DEF DIST DEPOT JACKSONVILLE, BLDG 175 SWAN ROAD, NAS JACKSONVILLE FL 32212-0103 (Mark For: ?A? Condition, ?A? Purpose Stock), with FOB origin. Required delivery schedule is as follows: 5 each on or before 31 March 2006. Special Packaging Instruction Number SPI-00-014-1748 does apply and is available upon request. Qualification Requirements are available upon request for this item. A First Article will be required for this item if awardee has just been approved as a Qualified Source and has not been waived from First Article requirements. Engineering Notes are available upon request. The Government is not required to delay contract award to review pending Source Approval Requests (SARs). Therefore, offerors are encouraged to submit SARs as soon as possible. The award will be made to an approved source. The following FAR provisions and clauses apply to this solicitation: FAR 52.209-1 Qualification Requirements (Feb 1995); FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2000); FAR 52.212-3, Offerors Representations and Certifications-Commercial Items (JUNE 2003); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2002); FAR 52.212-5, Contract Terms and Conditions Required to Implements Statues or Executive Orders-Commercial Items (Feb 2003); FAR 52.222-26, Equal Opportunity (APR 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities(Jun 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); FAR 52.247-29, FOB Origin (Jun 1988); FAR 52.252-4, Alterations in Contract (APR 1984); DFARS 252.211-7003, Item Identification and Valuation (JAN 2004); DFARS 252.212-7001, Contract Terms and Conditions Required to Implements Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2003); DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (APR 2003); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (APR 2003); DFARS 252.225-7028, Exclusionary Policies and Practices of Foreign Government (APR 2003); DFARS 252.225-7035, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate (APR 2003); DFARS 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program (APR 2003); DFARS 252.227-7037, Validation of Restrictive markings on Technical Data (Sep 1999). The full text of any clause can be found at: http//: farsite.hill.af.mil. Proposals are due by 2:00 PM 2 June 2005. Anticipated award date is on or before 20 July 2005. See Note(s) 22 and 23. Proposals should be mailed to: Susan Eads/LPKAB, 3001 Staff Drive Ste 2AC4109H, Tinker AFB OK 73145. Contact Susan Eads at 405-739-7580 for information regarding this solicitation. Fax number is 405-734-8106. E-mail address is susan.eads@tinker.af.mil.
- Record
- SN00811100-W 20050521/050519212040 (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 |