Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2012 FBO #3760
SOLICITATION NOTICE

16 -- Multiple items- See description below - See the first paragraph of this Government requirement for the person to contact.

Notice Date
3/9/2012
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA Aviation and Missile Command (Aviation), ATTN: DSCR-ZD, Bldg 5201, Martin Road, Redstone Arsenal, AL 35898-7340
 
ZIP Code
35898-7340
 
Solicitation Number
SPRRA1-12-R-0122
 
Response Due
3/23/2012
 
Archive Date
5/22/2012
 
Point of Contact
joanna.jones, 256-842-4456
 
E-Mail Address
DLA Aviation and Missile Command (Aviation)
(joanna.jones@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
*** No telephone requests will be accepted. Direct your requests and communication to: ATTN: DLA-AHE, Joanna Jones, Contracting Officer, via email Joanna.jones@us.army.mil or facsimile 256-842-4383. For request for solicitation, provide your name, the company name and Cage Code and a telephone/facsimile number. *** This is a NON-LIVE BUY. NAICS Code applicable to this requirement is 336413. The Government has the following requirements applicable to the CH-47, Chinook: The Government proposes to acquire Years 2 through 5, with a quantity of 80 for all years combined, 20 each year, Noun: Fix Locator, NSN: 4920-01-524-8675, Part Number: 14SG0335-1, applicable to the BK, CH-47 (Chinook). Forecasted quantities are: 2nd Year, 20 each; 3rd Year, 20 each; 4th Year, 20 each; and 5th Year, 20 each. The required delivery is 80 each, 156 days after contract award (DACA). This item is restricted to Boeing, Cage 77272. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The Government proposes to acquire Years 2 through 5, with a quantity of 80 for all years combined, 20 each year, Noun: Swashplate, Controllable, NSN: 1615-01-395-0007, Part Number: 145R3551, applicable to the BK, CH-47 (Chinook). Forecasted quantities are: 2nd Year, 20 each; 3rd Year, 20 each; 4th Year, 20 each; and 5th Year, 20 each. The required delivery is 80 each, 425 days after contract award (DACA). This item is restricted to Boeing, Cage 77272. The rights to use the data needed to purchase this part from additional source(s) are not owned by the Government and cannot be purchased, developed, or otherwise obtained. The Government proposes to acquire Years 3 through 5, with a quantity of 50 for all years. Noun: Shaft Assembly, NSN: 1680-320-1191, Part Number: 145D3300, applicable to the BK, CH-47 (Chinook). Forecasted quantities are: 3rd Year, 15 each; 4th Year, 20 each; and 5th Year, 15 each. The required delivery is 50 each, 425 days after contract award (DACA). This item is restricted to Boeing, Cage 77272. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The Government proposes to acquire Years 2 through 5, with a quantity of 100 for all years combined, 25 each year, Noun: Gearbox, Rescue, NSN: 1560-01-011-2654, Part Number: 114S2623, applicable to the BK, CH-47 (Chinook). Forecasted quantities are: 2nd Year, 25 each; 3rd Year, 25 each; 4th Year, 25 each; and 5th Year, 25 each. The required delivery is 25 each, 360 days after contract award (DACA). This item is restricted to Boeing, Cage 77272. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The Government proposes to acquire Years 2 through 5, with a quantity of 320 for all years combined, 80 each year, Noun: Cylinder Assembly, NSN: 1650-00-929-8507, Part Number: 114H4700-4, applicable to the BK, CH-47 (Chinook). Forecasted quantities are: 2nd Year, 80 each; 3rd Year, 80 each; 4th Year, 80 each; and 5th Year, 80 each. The required delivery is 420 each, 420 days after contract award (DACA). This item is restricted to Boeing, Cage 77272. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The Government proposes to acquire Years 2 through 5, with a quantity of 300. Noun: Strut Assembly, NSN: 1620-00-868-5761, Part Number: 114L1010-8, applicable to the BK, CH-47 (Chinook). Forecasted quantities are: 2nd Year, 50 each; 3rd Year, 50 each; 4th Year, 100 each; and 5th Year, 100 each. The required delivery is 300 each, 420 days after contract award (DACA). This item is restricted to Boeing, Cage 77272. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The Government proposes to acquire Year 4, with a quantity of 5 for all years combined. Noun: Pod Assembly, Fuselage, NSN: 1560-01-192-2458, Part Number: 145S5021-1, applicable to the BK, CH-47 (Chinook). Forecasted quantities are: 4th Year, 5 each. The required delivery is 5 each, 276 days after contract award (DACA). This item is restricted to Boeing, Cage 77272. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). All offerors must meet prequalification requirements in order to be eligible for award. Firms that recognize and can produce the required item described above are encouraged to identify themselves. Firms are encouraged to seek source approval in order to compete for future solicitations by accessing the website www.redstone.army.mil/cmo/ and looking under Standardized Aviation and Missile Source Approval Request SAMSAR. All responsible sources may submit an offer, which shall be considered by the Agency. The closing date annotated is an estimated date and may be adjusted dependent upon the date of release for solicitation; however, the solicitation will not close prior to the date stated above. Foreign Firms are reminded that all requests for solicitation must be processed through their respective embassies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/22027f5de12c0e26aec898b13a1a93db)
 
Place of Performance
Address: DLA Aviation and Missile Command (Aviation) ATTN: DSCR-ZD, Bldg 5201, Martin Road Redstone Arsenal AL
Zip Code: 35898-7340
 
Record
SN02692824-W 20120311/120309234538-22027f5de12c0e26aec898b13a1a93db (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.