SOLICITATION NOTICE
28 -- SUPPORT,TURBINE COM
- Notice Date
- 12/10/2008
- Notice Type
- Modification/Amendment
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), DEFENSE LOGISTICS AGENCY; DLR PROCUREMENT OPS DSCR-ZBA;3001STAFF DRIVE; TINKER AFB; OK; 73145
- ZIP Code
- 73145
- Solicitation Number
- SPRTA1-09-R-0175
- Response Due
- 12/30/2008 3:00:00 PM
- Archive Date
- 4/26/2009
- Point of Contact
- Donna M Lovell,, Phone: 405-734-8105
- E-Mail Address
-
donna.lovell@dla.mil
- Small Business Set-Aside
- N/A
- Description
- {rtf1ansideff0{fonttbl{f0fromanfprq2fcharset0 Times NewRoman;}{f1fswissfprq2fcharset0 Calibri;}{f2fnilfcharset0 CourierNew;}}{colortbl ;red255green255blue0;red0green0blue255;}{*generator Msftedit5.41.21.2500;}viewkind4uc1pardlang1033f0fs22parparparfs24parpardqcbf1 COMBINED SYNOPSIS/SOLICITATION FOR SUPPORT TURBINE FORF108CF100 ENGINEparb0 NSN 2840-01-377-3747 PN 1499M57P03parCFM PROGRAM LETTER 20 06-07-016, Kit# AF33K1000SPKf0parpardfs22parf1 PR# FD2030-09-80706tabtabtabtabtabtab Solicitation: #SPRTA1-09-R-0175parparThis is a combined synopsis/solicitation for commercial items preparedin accordance with the format in Subpart 12.6, as supplemented withadditional information included in this notice. This announcementconstitutes the only solicitation; proposals are being requested and awritten solicitation will not be issued. Solicitation numberSPRTA1-09-R-0175 is issued as a request for proposal (RFP). Thesolicitation document and incorporated provisions and clauses are thosein effect through Federal Acquisition Regulation (FAR) and DefenseFederal Acquisition Regulation (DFARS). The associated NAICS code is336412. The contractor shall provide all supplies FOB Origin. Thegovernment anticipates award of a firm fixed price contract. b Theevaluation factors for this RFP are technical capability and price. Thegovernment intends to make award to the acceptable offeror with thelowest evaluated cost or price, which is deemed responsible inaccordance with the Federal Acquisition Regulation, and whose proposalconforms to the solicitation requirements. b0 The Government intendsto award one contract as a result of this solicitation. An offer willbe considered non-responsive if technical acceptability and delivery arenot met. parparb DESCRIPTION OF REQUIREMENT:parb0f0parf1 CLIN 0001 Turbine Support (New Manufactured) parRANGE ldblquote Ardblquotepar1 ea - 736 eaparRANGE ldblquote Brdblquotepar737 ea endash 1475 eaparRANGE ldblquote Crdblquotepar1476 ea endash 2214 eaparNSN: 2840-01-377-3747 PN 1499M57P03parAMC: 3ZparparDimensions: 4rdblquote x 2rdblquote X.075rdblquote. The shroudhangar is used to hold shroud segments in place after SB 72-411 hascompleted. Function: hold the shroud segments in place when assembledin the shroud support assembly. Material: Waspaloy-AMS 5707parparCLIN 0002 (New/Unused Government or Commercial Surplusemdash Same as0001)parRANGE ldblquote Ardblquotepar1 ea - 736 eaparRANGE ldblquote Brdblquotepar737 ea endash 1475 eaparRANGE ldblquote Crdblquotepar1476 ea endash 2214 eaparNSN: 2840-01-377-3747 PN 1499M57P03parAMC: 3ZparparDimensions: 4rdblquote x 2rdblquote X.075rdblquote. The shroudhangar is used to hold shroud segments in place after SB 72-411 hascompleted. Function: hold the shroud segments in place when assembledin the shroud support assembly. Material: Waspaloy-AMS 5707parparb SURPLUS NOTES:parb0f0parf1 Surplus material shall be new/unused material and acceptanceinspection shall be conducted at contractor's facility by DCMA/QAR.Commercial off-the-shelf (COTS) surplus parts supplied by surplus vendorshall have the original FAA Form 8130-3 or Certificate of Conformancewith appropriate documentation annotated by the OEM's manufacturingsource. An incomplete, altered or incorrect FAA 8130-3 and/orCertificate of Conformance is unacceptable as an Airworthiness ReleaseRecord. A surplus vendor is a supplier not the manufacturer of subjectpart and cannot verify part meets FAA design and airworthinessstandards.parparNo commercially repaired, reconditioned or modified surplus COTSmaterial will be authorized and/or acceptable for use in MilitaryF108-CFM56-2B engines. FAA-PMA manufactured new/unused replacementparts that were approved for production under these methods, FAAdesignees, DER, DOA, DAS and etc, an approved SAR package or 537 ACSSEngineering approval prior to acceptance inspection. PMA P/Ns areidentified with either prefix/suffix to differentiate from OEM P/N andare not acceptable without prior approval. ATA Spec 106 is not an FAAacceptable form of surplus material and will not be acceptable.parbf0parf1 RESPONSE DATE: b0 30 Dec 08 @ 3pm CSTf0parbparf1 REQUIRED DELIVERY: b0 27 Feb 09bf0parparf1 DESTINATION: b0 USAF - TAFBf0parparbf1 HISTORY:b0 1330 EA Jan 08 from CFMIpar parb QUALIFIED SOURCE:b0 Competition is limited as only one responsiblesource exists and no other supplies will satisfy agency requirements.CFMI is currently the only qualified source who can manufacture thispart. The Government does not have rights to P/N 1488M57P03manufacturing, production or process data. This information isproprietary to CFMI.parparSpecifications, plans or drawings relating to the procurement describedare incomplete or not available and cannot be furnished by theGovernment.parparQualification Requirements do not exist.f0parparulbf1 SOLICITIATION WILL BE POSTED TO FBO ONLY.ulnoneb0INDIVIDUAL REQUESTS WILL NOT RECEIVE A RESPONSE AS FBO IS A PUBLICACCESS DOMAIN. parparb EXPORT CONTROL DOES NOT APPLYf0.parpardli1080highlight1b0parpardbf1 APPLICABLE FBO NOTES: 22, 23highlight0f0parparf1 SOLICITIATION CLAUSES:parb0f0parf1 The following FAR, DFARs, AFFARS, AFMCFARS provisions and clausesapply to this acquisition and can be viewed athttp://farsite.hill.af.mil/ : parparparb 52.212-5tab Contract Terms and Conditions required to ImplementStatutes or Executive Ordersemdash Commercial Items (Oct 2008)parb0 52.203-6tabtab 52.219-4tab 52.219-8tab 52.219-9 Alt IItabtab52.219-16par52.219-28tabtab 52.222-19tab 52.222-21tab 52.222-26tabtab52.222-35par52.222-36tabtab 52.222-37tab 52.222-39tab 52.222-50tabtab52.225-13par52.232-33tabtabparparb 525.212-7001tab Contract Terms and Conditions Required to ImplementStatutes or Executive Orders Applicable to Defense Acquisitions ofCommercial Items (Sep 2008)parb0 52.203-3tabtab 252.205-7000tab 252.219-7003tab252.225-7001tabtab 252.225-7012par252.226-7001tabtab 252.232-7003tab 252.243-7002tab252.247-7023tabtabparparb FARparb0 52.203-3par52.204-4tabtabtabtabtabtabtabtabtabtabtabpar52.204-7par52.212-1par52.212-2(Evaluation Criteria shall be as specifiedabove)tabtabtabtabtabtabpar52.212-3 & Alt I (An offeror shall complete only paragraph (j) of thisprovision if the offeror has completed the annual representations andcertificates electronically at http://orca.bpn.gov. If an offeror hasnot completed the annual representations and certificationselectronically at the ORCA website, the offeror shall complete onlyparagraphs (b) through (i) of this provision.) par52.212-4 par52.225-1tabpar52.225-18par52.233-4par52.246-11par52.246-16par52.247-1par52.247-30par52.247-46par52.247-47 (CLIN 0001 & CLIN 0002 endash Surface)par52.247-65parparb DFARSparb0 252.209-7001tabpar252.211-7003par252.212-7000tabpar252.212-7001par252.225-7000par252.225-7002par252.225-7014 & Alt Ipar252.232-7010tabbf0parb0parbf1 AFMC FARparb0 5352.201-9101 (Ombudsman: DSCR-ZBB at (405) 734-8253)par5352.211-9002 (Surplus endash CLIN 0002)par5352.211-9006 (Surplus -CLIN 0002)par5352.211-9011 (Surplus- CLIN 0002)par5352.211-9012 (Surplus endash CLIN 0002)par5352.211-9016 (Surplus endash CLIN 0002)par5352.211-9017 (Surplus-CLIN 0002)par5352.215-9004 (CLIN 0001 & CLIN 0002 CFM International Inc - Cage58828)par5352.232-9002 (FRS2)par5352.247-9000 (Accounting Info will be specified on award document)parparPPIRS-SR USE OF PAST PERFORMANCE RETREIVAL SYSTEMparpar Offerors are required to be registered in the Central ContractorRegistration database (CCR) ( {field{*fldinst{HYPERLINK"http://www.ccr.gov" }}{fldrslt{cf2ulwww.ccr.gov}}}cf0ulnonef1fs22 ). Offerors must be registered priorto receiving an award for this acquisition or for any future awards. Asa condition of receipt of this contract, the Contractor agrees toimplement the Department of Defense web-based software application, WideArea Workflow Receipt and Acceptance (WAWF-RA). The website forregistration is http://rmb.ogden.disa.mil. parbf0parf1 Submit proposals electronically to Donna Lovell through:parpare-mail @ {field{*fldinst{HYPERLINK"mailto:Donna.Lovell@tinker.af.mil" }}{fldrslt{cf2ulDonna.Lovell@tinker.af.mil}}}cf0ulnonef1fs22 tabtabtabtab orpar f0parf1 Fax to: (405) 734-8106 tabtabtabtabtabtab or parparMail to:tabtab Defense Logistics Agency endash Aviation Detparpardfi720li720 ATTN: Donna Lovell (DSCR-DZAB)par3001 Staff Drive, Ste 2AC4109HparTinker AFB OK 73145-3070parpardf0parf1 Proposal is due by 22 Dec 08 @ 3pm CST.f0parb0parbf1 Contact Donna Lovell @ (405) 734-8105 if additional information isneeded.parb0f2fs20par par par}
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0d9682108446b0e5798ec13799f37a40&tab=core&_cview=1)
- Record
- SN01716992-W 20081212/081210221216-0d9682108446b0e5798ec13799f37a40 (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 |