Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 27, 2006 FBO #1643
SOLICITATION NOTICE

66 -- Thermocouple Harness

Notice Date
5/25/2006
 
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
FA8104-06-Q-0300
 
Response Due
6/16/2006
 
Archive Date
7/1/2006
 
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. Purchase request number; FD2030-06-70284. The solicitation number is F34601-06-Q-0300. The solicitation is a request for quotations (RFQ). Closing date for quotations will be received at the issuing office until 3:00 PM on 16 June 2006. Source(s) is (Cage 97424) Ametek Aerospace Inc., 50 Fordham Road Wilmington, MA 01887. The 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:6685-00-370-9808OP; Qty: 26 ea, P/N: 6030T40P02; Application: TF34-100A Engine. Delivery schedules acceptance is Tinker AFB OK (FB2039) with FOB origin. Required delivery schedules are as follows: 26 each, 31 Oct 2006. NOUN: Thermocouple Harness; Three short probes, two long probes assembled on rigid tubing containing two separate circuits to each probe, differentiated by right hand assembly used to indicate inter-turbine temperatures. Applications: TF34 100A, Engine. Government and Commercial Surplus are acceptable, IAW FAR provisions: New/unused acceptable; E-415, P/N and Mfg Verification; E-420C, Prior Government Ownership; E-425, 100% End Item Inspection; E-426, Verifiable Dimensions; E-421. REMARKS: Special Requirements: Since there is a small quantity being considered, items shall be inspected by contractor for conformance to 100% of dimensions on attached drawing at the contractor?s facility and witnessed by a Government Quality Representative (QAR). Parts that are new/unused, Government/Commercial surplus showing sign of rust, corrosion or evidence of deterioration from age, improper packing or preservation or evidence of dissemble or reconditioning in any manner are NOT acceptable. Justification for unacceptable surplus materiel: Failure of this item/s can cause unsafe and unreliable Engine operation. The effects of reconditioning, modifying, wear on these parts and life remaining cannot be determine; therefore new/unused are the only acceptable surplus category. Qualification Requirements: Sources must be qualified prior to being considered for award. The qualification requirements for this item were established prior to 19 Oct 1984 and the requirements of FAR 9.202(A) do not apply. Qualification requirements apply to line item(s)0001. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm(s)listed. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: Instructions to Offerors-Commercial Items (Feb 2002); FAR 52.212-2, Evaluation- Commercial Items (Jan 1999); FAR 52.212-3, Offerors, Representations and Certifications- Commercial Items (Jul 2002); 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 (May 2002); (FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); FAR 52.222-36, Affirmative Action for Workers with Disabilities(Jun 1998); FAR 52.222-37, Employment Reports or Disabled Veterans and Veterans of the Vietnam Era (Dec 2001); FAR 52.222-41, Service Contract of 1965, as Amended (May 1989); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989); 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 252.212-7001, Contract Terms and Conditions Required to Implements Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2002); DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate (Sep 1999); DFARS 252.225-7001, Buy American Act and Balance of Payments Program (Mar 1998); DFARS 252.225-7028, Exclusionary Policies and Practices of Foreign Government (Dec 1991); DFARS 252.225-7035, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate (Mar 1998); DFARS 252.225-7036, Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program (Mar 1998); DFARS 252.227-7037, Validation of Restrictive markings on Technical Data (Sep 1999). Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination price and past performance factors as may be detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting office, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as the source of the concern. The Ombudsman does not participate in the evaluation of proposals or the source selection process. Interested parties are invited to call the Ombudsman at 405-736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUEST. The full text of any clause can be found at: http//: farsite.hill.af.mil. Quotes are due by 16 June 2006. Quotes should be mailed to: Ruby (Kittie)Richardson/LPKAA,3001 Staff Drive Ste 2AC4/109B, Tinker AFB OK 73145. Contact Ruby (Kittie) Richardson at 405-734-8114 or Tony Veal at 405-734-8111 for information regarding this solicitation. Fax number is 05-734-8106. E-mail address is Ruby.Richardson@tinker.af.mil/
 
Record
SN01057312-W 20060527/060525220941 (fbodaily.com)
 
Source
FedBizOpps 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.