SOLICITATION NOTICE
J -- F108 FUEL NOZZLE
- Notice Date
- 2/4/2010
- Notice Type
- Presolicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- DEPARTMENT OF THE AIR FORCE; BLDG 3001 SUITE 2AH82A; TINKER AFB; OK; 73145
- ZIP Code
- 73145
- Solicitation Number
- FA8122-10-R-0022
- Response Due
- 2/16/2010
- Point of Contact
- Billie Kindschuh, Phone 405-622-7658, Fax 405-739-3464, Email billie.kindschuh@tinker.af.mil
- E-Mail Address
-
Billie Kindschuh
(billie.kindschuh@tinker.af.mil)
- Small Business Set-Aside
- N/A
- 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. This solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-24 dated 28 Feb 08. The Purchase Request number is FD2030-10-27303. The solicitation number is for FA8122-10-R-0022. The solicitation is a request for proposals (RFP). Proposals will be received at the issuing office until 3:00 PM Central Standard Time on 16 Feb 2010. Qualified sources are Parker Hannifin, AZ (4U799), Woodward FST, MI (65065). All responsible sources solicited may submit a proposal that shall be considered. Award will be made only if the offeror, the product/service or the offeror meets qualification requirements at the time of award IAW FAR clause 52.209-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This solicitation document incorporates provisions and clauses that are in effect in the Federal Acquisition Regulations and supplements on the date the solicitation is issued. The North American Industry Classification System Code (NAICS) is 336412. Line Item 0001: Input/Output NSN: 2915-01-190-9242PN; P/N 6810184M30. Noun: Fuel Nozzle Small Tip Standard Flow NSN 9242. Quantity: 126 EA. Required Delivery: 23 EA beginning 20 calendar days after receipt of assets. Line Item 0002: Input NSN: 2915-01-236-8313PN; P/N: 6840023M1/6840023M7, Output NSN: 2915-01-236-8313PN; P/N: 6840023M1. Noun: Fuel Nozzle Large Tip Standard Flow NSN 8313. Quantity: 374 EA. Required Delivery: 32 EA beginning 20 calendar days after receipt of assets. Line Item 0003: Input NSN: 2915-01-326-1471PN; P/N: 508P270-08, NSN: 2915-01-322-9907PN; P/N: 508P270-14/-27/-28/-41, Output NSN: 2915-01-322-9907PN; P/N 508P270-28/-41. Noun: Fuel Nozzle Large Tip Standard Flow NSN 9907 Quantity: 94 EA. Required Delivery: 12 EA beginning 20 calendar days after receipt of assets. Line Item 0004: Input NSN: 2915-01-236-8314PN; P/N: 6840023M2/M8, Output NSN: 2915-01-236-8314PN; P/N: 6840023M2. Noun: Fuel Nozzle Large Tip Enriched Flow NSN 8314. Quantity: 67 EA. Required Delivery: 12 EA beginning 20 calendar days after receipt of assets. Line Item 0005: Input NSN: 2915-01-322-9906PN; P/N: 508P270-10/-29/-30/-42, Output NSN: 2915-01-322-9906PN; P/N 508P270-30/-42. Noun: Fuel Nozzle Large Tip Enriched Flow NSN 9906 Quantity: 17 EA. Required Delivery: 5 EA beginning 20 calendar days after receipt of assets. Inspection and Acceptance of Line Items 0001 through 0005 shall be FOB Origin. Inspection and Acceptance Report is WAWF. Applicable to F108 Engine, KC-135R Aircraft. Destination: Tinker AFB, OK 73145-3032. Line Item 0006: AFMC 413 Depot Production Maintenance Reporting IAW CDRL A001 and DID. Line Item 0007: CAV AF Data Reporting IAW CDRL A002 and DID. Acceptance of Line Items 0006-0007 shall be Destination. Packaging Requirements: Items shall be packed in accordance with MIL-STD-2073-1 D, Standard Practice for Military Packaging. AFMCFARS 5352.247-9009 Military Packaging and Marking applies. 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: For Line Items 0001, 0003, and 0005 only: PACRN-PAA, PRESERVATION LVL - MIL, PACKING LVL - B QUP - 001. Military Packaging Requirement: QUP - 001; ICQ - 000; PRES METH - 33; CD - 1; PRES MTL - 00; WRAP MTL - XX; CUSH DUNN - XX; CT - X; UNIT CONT - NR; INT CONT - 00; UCL - B; SPEC MKG - 17; UNIT PACK WEIGHT - 4.10; UNIT PACK SIZE: LENGTH - 8.3; WIDTH - 8.3; DEPTH - 12.5; UNIT PACK CUBE: WHOLE CUBE - 0.498; OPI - M. For Line Item 0002 only: PACRN-PAB, PRESERVATION LVL - MIL, PACKING LVL - B QUP - 001. Military Packaging Requirement: QUP - 001; ICQ - 000; PRES METH - 33; CD - 1; PRES MTL - 00; WRAP MTL - XX; CUSH DUNN - XX; CT - X; UNIT CONT - NR; INT CONT - 00; UCL - B; SPEC MKG - 17; UNIT PACK WEIGHT - 3.70; UNIT PACK SIZE: LENGTH - 8.3; WIDTH - 8.3; DEPTH - 12.5; UNIT PACK CUBE: WHOLE CUBE - 0.498; OPI - M. For Line Item 0004 only: PACRN-PAC, PRESERVATION LVL - MIL, PACKING LVL - B QUP - 001. Military Packaging Requirement: QUP - 001; ICQ - 000; PRES METH - 33; CD - 1; PRES MTL - 00; WRAP MTL - XX; CUSH DUNN - XX; CT - X; UNIT CONT - NR; INT CONT - 00; UCL - B; SPEC MKG - 17; UNIT PACK WEIGHT - 3.4; UNIT PACK SIZE: LENGTH - 8.3; WIDTH - 8.3; DEPTH - 12.5; UNIT PACK CUBE: WHOLE CUBE - 0.498; OPI - M. Evaluation method will be Past Performance Price Tradeoff without Technical Proposals. Evaluation factors will be (a) technical - meets solicitation requirements (pass/fail); (b) past performance; and (c) price. Past Performance and Price are of equal importance. Offerors are requested to submit past performance no more than three years old for same or similar type contracts and for same or similar level of effort. Initially offers shall be ranked according to price. The past performance assessment process will result in an overall performance confidence assessment rating of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown Confidence as defined in MP5315.3, Table 3. If the lowest priced evaluated offer is judged to have a "Substantial Confidence" performance rating and is determined to be responsible, that offer represents the best value for the government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. The government reserves the right to award a contract to other than the lowest priced offer if the lowest priced offeror is judged to have a performance assessment rating of "Satisfactory Confidence" or lower. The government intends to award a contract without discussions with respective offerors. The government, however, reserves the right to conduct discussions if deemed in its best interest. A Subcontracting Plan is not required with this RFP. Description: The fuel nozzles are welded assemblies that deliver carefully calibrated, precisely patterned fuel spray for combustion in a gas turbine engine. The fuel nozzle consists of a cover or inlet, check valve, cartridge valve, support, and metering set. Function: The fuel nozzle assembly receives fuel through the inlet. Fuel passes through the inlet strainer and accumulates in the portion of the support that houses the valves. The primary flow passes through the primary strainer and is directed through the check valve. It then passes through the inner tube of the support to the primary body of the metering set. Fuel passes around the primary plug and through the primary body and enters the combustion chamber as a uniform density, cone shaped spray. The cone of the secondary spray is wider than that of the primary and therefore surrounds the primary spray pattern. Dimensions: length is 7.06 inches, width is 3.00 inches, height is 3.00 inches, weight is 1.28 lbs. RMC: R1C. Electronic procedures will be used for this solicitation through FedBizOpps at http://www.fbo.gov. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference. FAR 52.209-1 Qualification Requirements (Feb 1995); FAR 52.211-14 -- Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use. (Apr 2008);FAR 52.211-15 -- Defense Priority and Allocation Requirements. (Apr 2008); FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2008); FAR 52.212-2, Evaluation-Commercial Items (Jan 1999); FAR 52.212-3, Offerors, Representations and Certifications-Commercial Items (May 2001) A completed copy of the Offeror Representations and Certifications must be included with the proposal unless the offeror is registered in ORCA; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007); FAR 52.212-5, Contract Terms and Conditions Required to Implements Statues or Executive Orders-Commercial Items (Apr 2008); FAR 52.203-6 Restrictions on Subcontractor Sales to the government (Sep 2006); FAR 52.219-8 Utilization of Small Business Concerns (May 2004) and Alternate II (Oct 2001); FAR 52.219-9 Small Business Subcontracting Plan (Apr 2008) and Alt II (Oct 2001); FAR 52.219-16 Liquidated Damages-Subcontracting Plan (Jan 1999); FAR 52.222.21 Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Feb 1999); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Apr 1998); 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 (Jan 1999); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); FAR 52.222-50 Combating Trafficking in Persons (Aug 2007); FAR 52.225-13 Restriction on Certain Foreign Purchases (Feb 2006); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999); FAR 52.237-11 Accepting and Dispensing of $1 Coin (Aug 2007); FAR 52.246-11 Higher-Level contract Quality Requirement (Feb 1999) ISO 9001-2000 IAW PWS Para 1.6 (24 Apr 2008); 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 (Mar 2008); 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 252.225-7008 Restriction on Acquisition of Specialty Metals (Jul 2009); DFARS 252.225-7009 Restriction on Acquisition of Certain Articles Containing Specialty Metals (Jul 2009); DFARS 252.225-7028, Exclusionary Policies and Practices of Foreign Government (Dec 1991); DFARS 252.225-7010 Commercial Derivative Military Article-Specialty Metals Compliance Certificate (Jul 2009). AFMCFARS 5352.247-9009 Military Packaging and Marking (Aug 2002); AFMCFARS 5352.291-9005 End Items Beyond Economical Repair (Jul 1997).The full text of any clause can be found at: http//: farsite.hill.af.mil. Attachments: Performance Work Statement dated 03FEB10, 9 pages; Appendix B CAV AF CFM Statement of Work undated, 8 pages; Appendix C Safety Specification dated 02FEB10, 3 pages; Contract Data Requirements List A001 CAV AF and Data Item Description dated 22JAN10, 4 pages; Contract Data Requirements List A002 Depot Maintenance Production Report and Data Item Description dated 22JAN10, 5 pages; Performance Plan dated 26JAN10, 10 pages; Packaging Requirement dated 26JAN10, 2 pages. Command Note A - Revised CBD Note 22 and Command Note B - Revised CBD Note 23 apply. Contact Billie Kindschuh at 405-622-7658 for information regarding this solicitation. Fax number is 405-739-3462. E-mail address is billie.kindschuh@tinker.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8122-10-R-0022/listing.html)
- Record
- SN02058021-W 20100206/100204235459-b7b7b0225865f44b085af9d1e7ac1341 (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 |