SOLICITATION NOTICE
29 -- NSN: 2995-01-520-3563, P/N: 4088029D01, CONTROL UNIT, SUPERV APPLICABLE TO THE F100-229 ENGINE
- Notice Date
- 11/20/2008
- Notice Type
- Presolicitation
- 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
- SPRTA1-09-R-0162
- Response Due
- 1/6/2009 3:00:00 PM
- Archive Date
- 1/21/2009
- Point of Contact
- Donna N Jenkins,, Phone: (405)734-8116
- E-Mail Address
-
donna.jenkins@dla.mil
- Small Business Set-Aside
- N/A
- Description
- DESCRIPTION: CONTROL UNIT, SUPERV applicable to the F100/229 engine - Aluminum. The DEEC consists of a control cover and a control housing, that contain pressure transducers, input/output (I/O) connectors, and printed circuit board assemblies. Circuit board assemblies are interconnected by flexible cables and connectors. A center connector provides a signal cross link between circuit board assemblies housed within the control cover and control housing. I/O connectors provide electrical connection between DEEC and engine sensors, interfaces and actuators. Unit cooling is provided by engine fuel via cooling passages in the control cover and control housing, with additional outer wall heat dissipation provided by nacelle air. Control Cover is an aluminum casting, which includes a fuel outlet port connected to internal 1/3-inch diameter cooling cores, brackets for vibration isolators, a handle to simplify transport and cutouts for five I/O connectors. Control cover houses the Aircraft Interface Module and Engine Interface Module. Control Housing: Control housing is an aluminum casting, which includes a fuel inlet port connected to internal ¼ inch diameter cooling cores, brackets for vibration isolators, cutouts for three pressure transducers and an I/O connectors. Control housing contains two printed circuit board assemblies: Converter Module, and processor and memory board assemblies. CEMS Tracking is required. Quantity Range: Min - 72 each, Max - 431 each DESTINATION: Tinker AFB REQUIRED DELIVERY: 10 each beginning 28 August 2009 This part must be acquired from a manufacturing source(s) specified on a source control drawing. Technical data, government data rights, or manufacturing knowledge is not available to permit acquisition from other sources. NUMBERED NOTES: 22. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. 23. Award will be made only if the offeror, the product/service or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. 26. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. COMMAND 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 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) 734-8253. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=10394e9f09ba75a0469c0a7421c440a8&tab=core&_cview=1)
- Place of Performance
- Address: Windsor Locks, Connecticut, 06096, United States
- Zip Code: 06096
- Zip Code: 06096
- Record
- SN01708218-W 20081122/081120220424-10394e9f09ba75a0469c0a7421c440a8 (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 |