Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2008 FBO #2334
SOLICITATION NOTICE

28 -- J-85 Case Augmentor

Notice Date
4/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, Oklahoma, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
FA8104-08-R-0250
 
Point of Contact
KristenCrawford,, Phone: 405-734-8116
 
E-Mail Address
kristen.crawford@tinker.af.mil
 
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 Purchase Request number is FD2030-09-80018. Combination synopsis/solicitation number is FA8104-08-R-0250. The solicitation is a request for Proposal (RFP). Closing date for quotations will be received at the issuing office until: 05 May 08 at 4:00 Central Standard Time. A list of approved sources is as follows: General Electric Co. (Cage: 99207). The solicitation document, incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-24 dated 28 Feb 08. The North American Industry Classification System Code (NAICS) is 334612. This is a requirement for Line Item 0001, NSN: 2840-01-490-1337OK, P/N: 5125T85G01. NOUN: Case, Augmentor, Aircraft. First Article Testing may be applied. Description: These items are used in the afterburner section of the turbine engine to augment thrust. Item forms the outside shell of the J85 engine afterburner section and provides mounting structure for engine nozzles. Dimensions are 19 inches in diameter by 48 inches long. Material is A-286High Temperature Steel Alloy. Application: 2J-J85-5R. Required delivery schedules are as follows: 176 each to be delivered beginning 27 Feb 2009 with 20 Per Month. Inspection/Acceptance: Origin. Inspection/Acceptance Report: Receiving Report Required. FOB: Origin. Packaging Requirements: Items shall be packed in accordance with MIL-STD-2073-1 D, Standard Practice for Military Packaging. Shipping and storage markings shall be in accordance with MIL-STD-129 P, Standard Practice for Military Marking. The MIL-STD-2073-1 SPI/Specifications is as follows: PACRN-PAA, PRESERVATION LVL - MIL, PACKING LVL - B, QUP - 001, SPI NUMBER - F011151442, SPI REVISTION - A, SPI DATE - 6 FEB 2003. It is suggested that small business firms or others interested in subcontracting opportunities in connection with 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 (Oct 2000); FAR 52.212-2, Evaluation - Commercial Items (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) price; (ii) technical capability of the item offered to meet the Government requirement; Cost/Price and Technical capability are of equal importance. (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award; FAR 52.204-7, Central Contractor Registration; FAR 52.211-15, Defense Priority And Allocation Requirements; FAR 52.211-5, Material Requirements; 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; FAR 52.222-42; FAR 52.232-18 Availability of Funds; FAR 52.232-33 Payments 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 Validation; DFARS 252.211-7003, Item Identification and Validation - Alternate I; 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 252.225-7014, Preference for Domestic Specialty Metals; 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); and DFARS 252.227-7037, Validation of Restrictive markings on Technical Data (SEP 1999). FY09 funds apply to this requirement and an award will not be made until FY09 funding becomes available. The 2005 Base Realignment and Closure (BRAC) Commission decision to realign/consolidate the procurement management and other related support functions from the components to the Defense Logistics Agency, is scheduled to be implemented at Tinker AFB in June 2008 timeframe. As a result, any contract resulting from this solicitation may be awarded by the DLA Detachment at Tinker AFB. Further, if a contract is awarded by the Air Force as a result of this solicitation prior to the stand-up of the DLA Detachment, the administration management of the contract will be administratively transferred to the Detachment at the time of stand-up. The full text of any clause can be found at: http//:farsite.hill.af.mil. Quotes should be mailed to: Kristen Crawford/PKA, 3001 Staff Drive Ste 2AG1 109B, Tinker AFB, OK 73145. Contact Kristen Crawford at 405-734-8110 for information regarding this solicitation. Fax number is 405-734-8106. No collect calls. E-mail address: kisten.crawford@tinker.af.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=82a14871221888c8bda5d39516640121&tab=core&_cview=1)
 
Record
SN01554182-W 20080417/080415220007-82a14871221888c8bda5d39516640121 (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.