Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 30, 2013 FBO #4144
SOLICITATION NOTICE

47 -- Metal Tube Assembly - Transportation Data (DD Form 1653) - Vedor Packaging Instructions - Packaging Requirements (AFMC 158)

Notice Date
3/28/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
FD20301301518
 
Point of Contact
Keri E. Sampson, Phone: 4057394466, Trina A. Ingram, Phone: 405734-4618
 
E-Mail Address
keri.sampson@tinker.af.mil, trina.ingram@tinker.af.mil
(keri.sampson@tinker.af.mil, trina.ingram@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Packaging Requirements (AFMC 158) Vendor Packaging Instructions Transportation Data For Solicitations (DD Form 1653) 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. The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating to procure spares of the Line Items cited below for a Firm Fixed Price (FFP) contract. This is anticipated to be a sole source effort to CFM International, 111 Merchant St Cincinnati, OH 45246, and Cage code: 58828. 1. Combined Synopsis/Solicitation close date: 12 April 2013 at 3:00pm central time 2. Solicitation #- FD2030-13-01518 is issued as a Request for Proposal (RFP). 3. Nomenclature/Noun - Metal Tube Assembly 4. NSN - 4710-01-184-9132 PN 5. P/N - 301-540-305-0 6. Application (Engine or Aircraft) - F108 Engine 7. AMC - 3Z 8. History - Last award SPRTA1-11-G-0001-BZA9 awarded 08 February 2013 9. NAICS - 336413 10. Description: Tube Assembly, Metal: The tube assembly is used to guide oil back to lube unit to be filtered and recirculated. The tube is made of alloy and dimensions are 14"L x 3"W x 6"H and weighs 2lbs. Note: This solicitation contemplates an award of a Commercial Firm Fixed Price (FFP) type contract. Note: Offers as to price are to be made for the Quantity listed. This solicitation is for a Range PR with a Minimum of 8 each and a Maximum of 47 each. Revalidation of the Quantity will be required prior to award. NO ORDERS WILL BE PLACED AGAINST THIS CONTRACT. Line Item 0001: New Manufactured Parts Best Estimated Quantity (BEQ): 31 each Min 8/Max 47 Revalidation of quantity will be required prior to award. 11. Delivery: 04 each - On or Before: 31 DEC 2014 04 each - On or Before: 31 JAN 2015 04 each - On or Before: 28 FEB 2015 04 each - On or Before: 28 MAR 2015 04 each - On or Before: 28 APR 2015 04 each - On or Before: 28 MAY 2015 04 each - On or Before: 28 JUN 2015 03 each - On or Before: 28 JUL 2015 Note: Early Delivery is Acceptable. 12. Shipping: FOB: Origin Ship To: SW3211 DLA DISTRIBUTION DEPOT OF OKLAHOMA 3301 F AVE CEN REC Bldg 506 Door 22 Tinker AFB, OK 73145-8000 United States Transportation: See Transportation Data (DD Form 1653) attached herein Inspection: Origin Acceptance: Origin Commercial Packaging: See Packaging Requirements (AFMC 158) attached herein Commercial Item Inspection Export Control: No 13. Mandatory Language: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation. The provision at 52.212-1, Instructions to Offerors-Commercial applies to this acquisition. Paragraph (c), offeror agrees to hold prices valid for a period of sixty (60) days. The provision at 52.212-2, Evaluation -- Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision. Evaluation Factors: Order of Importance: Technical 1 Price or Cost 2 14. The following clauses apply to this acquisition: Offerors are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items and 52.212-3 Alternate I, with its offer. 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. (Jan 2013) 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) The following additional FAR clauses cited in 52.212-5 are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government with Alternate I 52.204-10 Reporting Executive Compensation and First- Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-28 Post Award Small business Program Rerepresentation 52.222-19 Child Labor-Cooperation with Authorities and Remedies 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13 Restriction on Certain Foreign Purchases 52.232-33 Payment by electronic funds Transfer-Central Contracting Registration 252.212-7001 (Dev) Contract terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.232-7003 Electronic Submission of payment Requests 252.247-7023 Transportation by Sea 252.247-7023 Alt III Transportation of Supplies by Sea 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights 252.204-7000 Disclosure Of Information 252.204-7008 Export-Controlled Items 252.211-7003 Item Identification And Valuation 52.223-11 Ozone-Depleting Substances 252.223-7008 Prohibition of Hexavalent Chromium 5352.223-9000 Elimination Of Use Of Class I Ozone Depleting Substances (ODSs) 252.232-7010 Levies On Contract Payments 52.247-1 Commercial Bill Of Lading Notations 52.247-29 F.O.B. Origin 52.247-65 F.O.B. Origin, Prepaid Freight, Small Package Shipment 252.225-7000 Buy American Act- Balance of Payments Program Certificate 252.225-7001 Buy American Act-Balance of Payments Program 252.225-7002 Qualifying Country Sources As Subcontractors 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7011 Alternative Line-Item Structure 52.207-4 Economic Purchase Quantity-Supplies 52.222-18 Certification Regarding Knowledge of Child Labor For Listed End Products 52.225-18 Place of Manufacture 52.225-25 Prohibition on Contracting With Entities Engaged In Sanctioned Activities Relating To Iran-Representation And Certification 5352.201-9101 OMBUDSMAN (APR 2010) (IAW AFFARS 5301.9103) (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, OC-ALC/PKC at 405 736 -3273, FAX 000 000 -0000, email. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. Wide Area Work Flow Clause This contract contains DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. This clause requires invoices for supplies and services purchased by the DoD be submitted via electronic means. The Wide Area Workflow (WAWF) system satisfies this mandatory requirement. WAWF can be accessed on the internet at https://wawf.eb.mil/. 15. Export Control N/A 16. Small Business Set Aside: N/A 17. Buyer name, phone#, and email address Keri Sampson Contract Negotiator (405) 739-5462 keri.sampson@tinker.af.mil The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FD20301301518/listing.html)
 
Place of Performance
Address: 3001 Staff Drive, Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN03023012-W 20130330/130328234802-acb3b57c584acb2e81ef878cb3a4d675 (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.