Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2010 FBO #3315
SOLICITATION NOTICE

28 -- CONE,INLET,AIRCRAFT for F108 Engine, AMC code 3Z

Notice Date
12/20/2010
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
DEFENSE LOGISTICS AGENCY; DLR PROCUREMENT OPS DSCR-ZBA;3001STAFF DRIVE; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
SPRTA1-11-R-0224
 
Response Due
1/4/2011
 
Point of Contact
Ryan Newton, Phone 405-739-5501, Fax 000-000-0000, Emailryan.newton@tinker.af.mil
 
E-Mail Address
Ryan Newton
(ryan.newton@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION FOR CONE,INLET,AIRCRAFT FOR F108 ENGINE, AMC 3Z FORF108NSN 2840-01-182-7095, PN 305-484-601-0CFM PROGRAM LETTER 20 06-07-016, KIT# AF33K100SPK PR# FD2030-11-80559Solicitation: #SPRTA1-11-R-0224 This 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 separately. Solicitation numberSPRTA1-11-R-0224 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. 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. The Government intends toaward one contract as a result of this solicitation. DESCRIPTION OF REQUIREMENT: CLIN 0001: CONE,INLET,AIRCRAFT (New Manufactured) Quantity: 9 each NSN: 2840-01-182-7095 PN: 305-484-601-0AMC: 3Z, F108 Engine Function/Dimensions: CONE,INLET,AIRCRAFT - The Forward Spinner Cone isa circumferential fabricated structural part with a hollowed center boremade up of a solid piece of composite material with a rear snap formounting to the Forward snap of the Rear Spinner Cone. Function: Thefunction of the Front Spinner Cone Assembly is designed and used todirect any foreign objects to the overboard airflow path to keep objectsfrom entering the gas path of the internal engine. Dimensions: Theapproximate dimensions are 10.2027 inches or (259,150) in circumferenceon the outer diameter A, approximately 12 inches in height, with acenter hollow bore and rear snap which allows it to attach to the frontof the Rear Spinner cone to complete cone assembly on the Fan BoosterAssy. Material: Glass fiber reinforced polymide composite. Required Delivery: 9 EA on or before 25 FEB 2011. Inspection / Acceptance: Origin CLIN 0002: CONE,INLET,AIRCRAFT (New/Unused Government Surplus orNew/Unused Commercial Surplus) Quantity: 9 each NSN: 2840-01-182-7095 PN: 305-484-601-0AMC: 3Z, F108 Engine Function/Dimensions: CONE,INLET,AIRCRAFT - The Forward Spinner Cone isa circumferential fabricated structural part with a hollowed center boremade up of a solid piece of composite material with a rear snap formounting to the Forward snap of the Rear Spinner Cone. Function: Thefunction of the Front Spinner Cone Assembly is designed and used todirect any foreign objects to the overboard airflow path to keep objectsfrom entering the gas path of the internal engine. Dimensions: Theapproximate dimensions are 10.2027 inches or (259,150) in circumferenceon the outer diameter A, approximately 12 inches in height, with acenter hollow bore and rear snap which allows it to attach to the frontof the Rear Spinner cone to complete cone assembly on the Fan BoosterAssy. Material: Glass fiber reinforced polymide composite. Required Delivery: 9 EA on or before 25 FEB 2011. Inspection / Acceptance: Destination, USAF - TAFB **SURPLUS NOTES:P/N 305-484-601-0 must be new/unused material only, acceptanceinspection shall be conducted at destination facility. Commercial offthe shelf (COTS) surplus parts, supplied by surplus vendor shall havethe original FAA Form 8130-3 or Certificate of Conformance withappropriate documentation annotated by the OEM's manufacturing source.An incomplete, altered or incorrect FAA 8130-3 and/or Certificate isunacceptable as an Airworthiness Release Record. Authorizedmanufacturer's cage code, p/n, and evaluation criteria are listed in theattached 813 Surplus Materiel Worksheet. Surplus supply vendors are notpart manufacturers, they are only supply vendors. No commercially repaired, reconditioned or modified surplus COTSmaterial will be authorized and /or acceptable for use on MilitaryF108-CFM56-2B. No FAA-PMA manufactured new/unused replacement parts thatwere approved for production under these methods, FAA designees; DER,DOA, DAS is allowed unless specifically approved SAR package or 537 ACSSEngineering approval prior to acceptance inspection. PMA P/N's 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 for surplus material. QUALIFIED SOURCE: Competition is limited as only qualified sources andno other supplies will satisfy agency requirements. CFMI (58828) is theonly currently qualified source who can manufacture this part. Surplusproposals must meet information under surplus notes and in the attached813 Surplus Materiel Worksheet. In addition, surplus vendors must beable to propose on the entire required 9 Each as specified in thissolicitation. Qualification Requirements do not exist. Technical data is notavailable. SOLICITATION WILL BE POSTED TO FBO ONLY and solicitation may be obtainedby visiting the FedBizOpp website. EXPORT CONTROL DOES NOT APPLY. SOLICITATION CLAUSES: "This solicitation incorporated provisions and clauses in effect throughthe Federal Acquisition Circular 2005-45 effective 1 OCT 2010 and DCN20101025". The following FAR, DFARs, AFFARS, AFMCFARS provisions and clauses applyto this acquisition and can be viewed at http://farsite.hill.af.mil/ : 52.212-5Contract Terms and Conditions required to ImplementStatutes or Executive Orders-Commercial Items (Oct 2008)52.203-652.212-352.219-852.219-9Alt II52.219-1652.219-2852.222-1952.222-2152.222-2652.222-3552.222-3652.222-3752.222-3952.222-5052.225-152.225-1352.232-33 252.212-7001Contract Terms and Conditions Required to ImplementStatutes or Executive Orders Applicable to Defense Acquisitions ofCommercial Items (Sep 2008)52.203-3252.205-7000252.219-7003252.225-7001252.225-7012252.225-7014 & Alt 1252.226-7001252.232-7003252.243-7002252.247-7023 FAR52.204-4 52.204-752.212-152.212-2(Evaluation Criteria shall be as specified above) 52.212-3 & 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.) 52.212-4 52.225-1852.233-452.246-1152.246-1652.247-152.247-3052.247-4652.247-47 (CLIN 0001 & CLIN 0002 - Surface)52.247-65 DFARS252.209-7001252.225-7000252.211-7003252.225-7002252.212-7000252.225-7008252-225-7009252-225-7010252.232-7010 Ombudsman: DSCR-ZBB at (405) 734-8253Accounting Info will be specified on award documentContractor Commercial Packaging Offerors are required to be registered in the Central ContractorRegistration database (CCR) ( www.ccr.gov ).Offerors must be registered prior to receiving an award for thisacquisition or for any future awards. As a condition of receipt of thiscontract, the Contractor agrees to implement the Department of Defenseweb-based software application, Wide Area Workflow Receipt andAcceptance (WAWF-RA). The website for registration ishttp://rmb.ogden.disa.mil. Submit proposals electronically to Ryan Newton through: e-mail @ ryan.newton@tinker.af.milor Fax to: (405) 734-8129or Mail to:Defense Logistics Agency - AviationATTN: Ryan Newton (DSCR-ZBAB)3001 Staff Drive, Ste 2AD2109BTinker AFB OK 73145-3070 RESPONSE DATE/ Proposal is due by: 4 JAN 2011, by 1:00 pm CST Contact Ryan Newton @ (405) 739-5501 if additional information isneeded.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-11-R-0224/listing.html)
 
Record
SN02347768-W 20101222/101220234252-fe7999d530a7060590d087919be34a02 (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.