SOLICITATION NOTICE
28 -- Cooling Manifold
- Notice Date
- 9/17/2010
- 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
- FA8122-10-R-0045
- Archive Date
- 10/9/2010
- Point of Contact
- Kyle McCoy, Phone: 4056227658
- E-Mail Address
-
kyle.mccoy@tinker.af.mil
(kyle.mccoy@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOLICITATION FOR COOLING MANIFOLD FOR F108 ENGINE NSN 2840-01-184-0174PN, PN 305-429-804-0 PR# FD2030-10-72009 Solicitation: # FA8122-10-R-0045 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 FA8122-10-R-0045 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. DESCRIPTION OF REQUIREMENT: CLIN 0001 COOLING MANIFOLD Quantity: 75 ea NSN 2840-01-184-0174PN, PN: 305-429-804-0 AMC: 3Z Function/Dimensions: Provides impingement cooling of LPT Core and orifices. Directs air towards A/C equipment. Dimensions are approx 20" length X 2" wide X 2" in Height; weight is 5 lbs. Material: Aluminum Alloy Surplus proposals shall include a "copy" of the original FAA Form 8130-3s with appropriate serial number for each surplus item being proposed for evaluation purposes. Proposals received without appropriate FAA Form 8130-3s will be considered unresponsive and not considered for evaluation. Additional time will not be allowed for vendors to submit FAA Form 8130-3s after solicitation closing date. See Surplus Notes for additional surplus criteria. All surplus requirements must be met. Note: Additional FAR/DFARS Clauses regarding Surplus items are applicable and included in this solicitation in the clauses section. **SURPLUS NOTES: Surplus material shall be new/unused material. Commercial off-the-shelf (COTS) surplus parts supplied by surplus vendor shall have the original FAA Form 8130-3 or Certificate of Conformance with appropriate documentation annotated by the OEM's manufacturing source. An incomplete, altered or incorrect FAA 8130-3 and/or Certificate of Conformance is unacceptable as an Airworthiness Release Record. Authorized manufacture's cage code and part number are listed above. Surplus suppliers are not the manufacturer of subject part and cannot verify part meets FAA design and airworthiness standards. No Commercially repaired, reconditioned or modified surplus COTS material will be authorized and/or acceptable for use in Military F108-CFM56-2B engines. FAA-PMA manufactured new/unused replacement parts that were approved for production under these methods, FAA designees, DER, DOA, and DAS require an approved SAR package or OC-ALC/GKGBAB Engineering approval prior to acceptance inspection. PMA P/Ns are identified with either prefix/suffix to differentiate from OEM P/N and are not acceptable without prior approval. ATA Spec 106 is not an FAA acceptable form of surplus material and will not be acceptable. RESPONSE DATE: 24 Sep 2010 by 3:00 PM CST REQUIRED DELIVERY: 8 ea. Monthly beginning on or before 31 Jan 2011 DESTINATION: USAF - TAFB QUALIFIED SOURCE: Qualification Requirements do not exist for this item. This is a sole source procurement accordance with Section 4202 of the Clinger Cohen Act as only qualified sources and no other supplies will satisfy agency requirements. CFMI (58828) is the only currently qualified source who can manufacture this part. Surplus proposals must include a copy of the original FAA8130-3 for each item being quoted on in order for review prior to price evaluation and award. In addition, surplus vendors must be able to proposal on the entire required quantity as specified in the solicitation and meet all other requirements as stated in this solicitation. SOLICITATION 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. SOLICITATION CLAUSES: "This solicitation incorporated provisions and clauses in effect through the Federal Acquisition circular 2005-43 effective2 Aug 2010 and DCN 20100816". 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 52.212-3 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 52.225-1 52.225-13 52.232-33 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Sep 2008) 52.203-3 252.205-7000 252.219-7003 252.225-7001 252.225-7012 252.225-7014 & Alt 1 252.226-7001 252.232-7003 252.243-7002 252.247-7023 FAR 52.204-4 52.204-7 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 52.225-18 52.233-4 52.246-11 52.246-16 52.247-1 52.247-30 52.247-46 52.247-47 (Surface) 52.247-65 DFARS 252.209-7001 252.225-7000 252.211-7003 252.225-7002 252.212-7000 252.225-7008 252-225-7009 252-225-7010 252.232-7010 AFMC FAR 5352.201-9101 (Ombudsman: OC-ALC/PKC at 405 736 -3273) 5352.211-9002 (Surplus) 5352.211-9006 (Surplus) 5352.211-9011 (Surplus) 5352.211-9012 (Surplus) 5352.211-9015 (Surplus) 5352.211-9016 (Surplus) 5352.211-9017 (Surplus) 5352.215-9004 (CFM International Inc - Cage 58828) 5352.232-9000N (Incorporating of Subcontracting Plan) 5352.232-9002 (FRS2) 5352.247-9000 (Accounting Info will be specified on award document) 5352.247-9008N (Contractor Commercial Packaging) 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 Kyle McCoy through: E-mail: kyle.mccoy@tinker.af.mil Fax to: 405-739-3462 Mail to: 448 SCMG/PKBB ATTN: Kyle McCoy 3001 Staff Drive, Ste 1AF197E Tinker AFB OK 73145-3070 Proposal is due by 24 Sep 10 by 3:00 PM CST. Contact Kyle McCoy @ (405) 622-7658 if additional information is needed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8122-10-R-0045/listing.html)
- Record
- SN02287582-W 20100919/100918000349-0ecaf20f4353181965ffe406c24306d3 (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 |