Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2008 FBO #2586
SOLICITATION NOTICE

29 -- 2915-01-198-7349PN P/N 4034-286 Housing Assembly

Notice Date
12/23/2008
 
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
SPRTA109R0210
 
Archive Date
1/24/2009
 
Point of Contact
Thomas Kanaly,, Phone: 405-734-8096, Joe A. Starzenski,, Phone: 405 734-8102
 
E-Mail Address
Thomas.Kanaly@tinker.af.mil, joe.starzenski@dla.mil
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR HOUSING ASSEMBLY NSN 2915-01-198-7349PN PN 4034-286 PR# FD2030-09-80761 Solicitation: # SPRTA1-09-R-0210 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. Solicitation number SPRTA1-09-R-0210 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation (DFARS). The associated NAICS code is 336412. The contractor shall provide all supplies FOB Origin. The government anticipates award of a firm fixed price contract. The evaluation factors for this RFP are technical capability and price. The government intends to make award to the acceptable offeror with the lowest evaluated cost or price, which is deemed responsible in accordance with the Federal Acquisition Regulation, and whose proposal conforms to the solicitation requirements. The Government intends to award one contract as a result of this solicitation. An offer will be considered non-responsive if technical acceptability and delivery are not met. DESCRIPTION OF REQUIREMENT: CLIN 0001 HOUSING ASSEMBLY (New Manufactured) QTY RANGE 1-3 EA & 4 -6EA BEQ 4 EA NSN: 2915-01-198-7349PN P/N4034-286 AMC: 1Z CLIN 000 HOUSING ASSEMBLY (New/Unused Government or Commercial Surplus) QTY RANGE 1-3 EA & 4 -6EA BEQ 4 EA NSN: 2915-01-198-7349PN P/N4034-286 AMC: 1Z Item Dimensions: 10.0 inches long X 10 inches wide. 7lbs. RESPONSE DATE: 9 January 09 @ 3pm CST REQUIRED DELIVERY: 30 Nov2009 DESTINATION: B FB2039 USAF - TAFB HISTORY: 4 EA FEB 01 from WOODWARD GOVERNOR QUALIFIED SOURCE: Competition is limited as only two responsible sources exist and no other supplies will satisfy agency requirements. CFMI and Woodward Governor are currently the only qualified sources who can manufacture this part. The Government does not have rights to P/N 4034-286 manufacturing, production or process data. This information is proprietary to CFMI and Woodward Governor. Specifications, plans or drawings relating to the procurement described are incomplete or not available and cannot be furnished by the Government. Qualification Requirements do not exist. SOLICITIATION WILL BE POSTED TO FBO ONLY. INDIVIDUAL REQUESTS WILL NOT RECEIVE A RESPONSE AS FBO IS A PUBLIC ACCESS DOMAIN. EXPORT CONTROL DOES NOT APPLY. APPLICABLE FBO NOTES: 22, 23 SOLICITIATION CLAUSES: The following FAR, DFARs, AFFARS, AFMCFARS provisions and clauses apply to this acquisition and can be viewed at http://farsite.hill.af.mil/ : 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders-Commercial Items (Oct 2008) 52.203-6 52.219-4 52.219-8 52.219-9 Alt II 52.219-16 52.219-28 52.222-19 52.222-21 52.222-26 52.222-35 52.222-36 52.222-37 52.222-39 52.222-50 52.225-13 52.233-3 52.233-4 52.232-33 525.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2008) 252.205-7000 252.219-7003 252.225-7001 252.225-7012 252.226-7001 252.232-7003 252.243-7002 252.247-7023 FAR 52.203-3 52.204-4 52.204-7 52.207-4 52.212-1 52.212-2(Evaluation Criteria shall be as specified above) 52.212-3 & Alt I (An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision.) 52.212-4 52.219-9 52.222-1 52.223-11 52.225-1 52.225-3 52.225-18 52.229-4 52.230-6 52.233-4 52.246-11 52.246-16 52.247-1 52.247-30 52.247-46 52.247-47 52.247-65 DFARS 252.209-7001 252.211-7003 252.212-7000 252.212-7001 252.225-7000 252.225-7002 252.225-7014 & Alt I 252.232-7010 252.246-7000 AFMC FAR 5352.201-9101 (Ombudsman: DSCR-ZBB at (405) 734-8253) 5352.211-9002 (Surplus - CLIN 0002) 5352.211-9006 (Surplus - CLIN 0002) 5352.211-9011 (Surplus - CLIN 0002) 5352.211-9012 (Surplus - CLIN 0002) 5352.211-9016 (Surplus - CLIN 0002) 5352.211-9017 (Surplus - CLIN 0002) 5352.215-9004 (CLIN 0001 & CLIN 0002) CFM International Inc - Cage 58828 Woodward Governor - Cage 66503 5352.223-9000 5352.232-9002 (FRS2) 5352.247-9000 (Accounting Info will be specified on award document) 5352.247-9005 5352.247-9008 PPIRS-SR USE OF PAST PERFORMANCE RETREIVAL SYSTEM Offerors are required to be registered in the Central Contractor Registration database (CCR) ( www.ccr.gov ). Offerors must be registered prior to receiving an award for this acquisition or for any future awards. As a condition of receipt of this contract, the Contractor agrees to implement the Department of Defense web-based software application, Wide Area Workflow Receipt and Acceptance (WAWF-RA). The website for registration is http://rmb.ogden.disa.mil. Submit proposals electronically to Thomas Kanaly through: e-mail @ thomas.kanaly@dla.mil or Fax to: (405) 734-8106 or Mail to: Defense Logistics Agency - Aviation Det ATTN: Thomas Kanaly (DSCR-DZAB) 3001 Staff Drive, Ste 2AC4109B Tinker AFB OK 73145-3070 Proposal is due by 09 JAN 09 @ 3pm CST. Contact Thomas Kanaly @ (405) 734-8112 if additional information is needed.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a7349f5523a4e6d8a3af98767979974f&tab=core&_cview=1)
 
Record
SN01723954-W 20081225/081223220448-a7349f5523a4e6d8a3af98767979974f (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.