SOLICITATION NOTICE
J -- J85 T-5 Digital Temperature Control Amplifier
- Notice Date
- 2/8/2013
- Notice Type
- Presolicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- DEPARTMENT OF THE AIR FORCE; 3001 STAFF DR STE 1AG1 98C; TINKER AFB; OK; 73145
- ZIP Code
- 73145
- Solicitation Number
- FA8122-13-R-0018
- Response Due
- 2/25/2013
- Archive Date
- 9/30/2013
- Point of Contact
- Susan Plumlee, Phone 405-739-9450, Fax - -, Email susan.plumlee@tinker.af.mil
- E-Mail Address
-
Susan Plumlee
(susan.plumlee@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The United States Air Force requires repair/remanufacturing services for the Digital Temperature Control Amplifier to support the J85-5 engine used in the T-38 aircraft. The objective is to have the amplifiers checked and tested, repaired, and/or repaired/remanufactured. The remanufacture applies to NSN 5996-01-512-9275OK, PN AY33112489-1 version only. The contractor shall provide all labor, facilities, equipment and all material to accomplish the overhaul, test, packing, preservation and packaging of the DTCA. A firm fixed price requirements type contract is contemplated with a one-year basic and four one-year options. This notice of intent does not in itself represent the issuing of a formal request for proposal and is not intended to be taken as such. The requirements set forth in this notice are as follows: 1. SOLICITATION NUMBER: FA8122-13-R-0018 2. ESTIMATED SOLICITATION ISSUE DATE: 25 FEBRUARY 2013 3. ESTIMATED RESPONSE DATE: 27 MARCH 2013 4. PR#: FD2030-13-00867 5. RMC/RMSC: R4/P 6. LINE ITEM/NOUN/NSN/PN/QUANTITY LI 0001 CHECK AND TEST, Digital Temperature Control Amplifier, NSN 5996-01-582-7251OK, PN AY33112489-1CDF, Basic BEQ 16 EA, Option I BEQ 16 EA, Option II BEQ 16 EA, Option III BEQ 15 EA, Option IV BEQ 5 EA LI 0002 REPAIR, Digital Temperature Control Amplifier, NSN 5996-01-582-7251OK, PN AY33112489-1CDF, Basic BEQ 5 EA, Option I BEQ 5 EA, Option II BEQ 5 EA, Option III BEQ 5 EA, Option IV BEQ 1 EA LI 0003 REMANUFACTURE, Digital Temperature Control Amplifier, INPUT NSN 5996-01-512-9275OK, INPUT PN AY33112489-1, OUTPUT NSN 5996-01-582-7251OK, OUTPUT PN AY33112489-1CDF, Basic BEQ 35 EA, Option I BEQ 35 EA, Option II BEQ 35 EA, Option III BEQ 35 EA, Option IV BEQ 8 EA LI 0004 DATA REQUIREMENTS in accordance with DD1423 (Not Separately Priced) LI 0005 OVER AND ABOVE WORK 7. DELIVERY: The delivery for each CLIN is divided into increments of 1/3 of the order quantity as follows: First 1/3 of CLIN quantity due 35 Days ARO or reparable whichever is later Second 1/3 of CLIN quantity due 65 Days ARO or reparable whichever is later Final 1/3 of CLIN quantity due 95 Days ARO or reparable whichever is later Early delivery is acceptable. 8. This is NOT a Small Business Set Aside. 9. DESTINATION: LI 0001 - LI 0003 SW3211, Tinker AFB, OK 73145-8000 10. REPAIR QUALIFICATION REQUIREMENTS: None 11. EXPORT CONTROL: Data for this item is export controlled. A company must be certified by the Joint Certification Program (JCP) administered by the Defense Logistic Information Service (DLIS) to be eligible to download documents marked Export Controlled. This certification establishes that a company is a U.S. or Canadian contractor eligible to receive unclassified technical data that is under the control of the U.S. Department of Defense (DoD) or the Canadian Department of National Defense (DND). If you are a vendor outside of the U.S. or Canada you must obtain authorization by the government agency; contact the Contracting Officer directly to obtain the documents. The form and instructions for filling in the form are available at http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. The solicitation/data package will be available to the data custodian identified in block 3 of the DD Form 2345. It has been determined that a foreign owned company can participate as a prime contractor. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources. 12. UID: If unit price exceeds $5,000.00 then UID requirements will apply. 13. SOURCES: This requirement is sole source. Authority is FAR 6.302-1(a)(2). Current source is RSL Electronics Ltd. (Cage: S7040). All responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. 14. ADDITIONAL INFORMATION: Electronic procedures and Request for Written Proposal will be used for this solicitation through FedBizOpps at https://www.fbo.gov/index. Based on market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. NOTE: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at 405-736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. 15. BUYER NAME, TELEPHONE, EMAIL ADDRESS: Susan Plumlee, (405) 739-9450, Susan.Plumlee@tinker.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8122-13-R-0018/listing.html)
- Record
- SN02983309-W 20130210/130208235359-356b69bdc83aaea04796a3d5b0d354f1 (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 |