Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 26, 2013 FBO #4201
MODIFICATION

15 -- B-52 Aircraft Frame (NSN:1560-01-162-0917 FG) - Solicitation 1

Notice Date
5/24/2013
 
Notice Type
Modification/Amendment
 
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
FA8119-13-Q-0027
 
Response Due
6/24/2013 4:00:00 PM
 
Point of Contact
Ronald A. Hobbs, Phone: 4057340298
 
E-Mail Address
ronald.hobbs@tinker.af.mil
(ronald.hobbs@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
vendor packaging instructions Request For Quote (Solicitation) DID 81356A DID 81020 DID 80809B CDRL's First Article DD 260 engineering data list transportation Packaging Solicited: 24 May 2013 Please review all attachements and submit signed copy of solicitation to the POC listed below by the deadline for receipt of proposals. Synopsis 1. Estimated issue date and estimated closing/response date: 22 MAY 2013 and Closes 22 JUN 2013 Written response is required Anticipated Award Date: 22 JULY 2013 Duration of Contract Period: 36 Months Electronic procedure will be used for this solicitation 2. PR#: FD20301301371 3. Service/Spare/Repair/OH: Spare 4. AMC: 1C 5. Item: Aircraft Frame 6. NSN: 1560-01-162-0917 FG 7. PN: 35-8220-502 8. Description: The aircraft frame is a major vertical frame used on upper boby cowling. 9. Total Line Item Quantity: L/I 0001 - 36 Month Requirements CLIN for the Purchase of NSN 1560-01-162-0917 FG BEQ-11 EA L/I 0002 - First Article Informational CLIN L/I 0002AA-Certificate of Compliance L/I 0002AB-First Article Test Report L/I 0002AC-Material Certification L/I 0002AD-First Article Asset production 10. Application (Engine or Aircraft): B-52 Aircraft 11. Destination: In Accordance with IM Instructions 12. Delivery: 1 EA every 30 DARO order. 13. Qualification Requirements: NA 14. Export Control: This acquisition may/does involve technology that has a military or space application. The only US contractors who may participate are those that are certified and registered with DLSC (1-800-352-3572) and have a legitimate business purpose. US contractors must submit a copy of their current, approved DD Form 2345 with their request for solicitation. The form, including instructions for completing the form, is available at http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. The solicitation/data package will be mailed to the data custodian identified in block 3 of the DD Form 2345. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). 15. UID: Note to Contractor: If unit price exceeds $5,000 then UID requirements will apply. 16. Mandatory Language: Prospective vendors must comply with all the requirements of the solicitation and its attachments to be considered responsive. The Government does not intend to hold discussion but may hold discussion if it is deemed necessary. 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 17. Buyer name, phone#, and email address: Ronnie Hobbs, 405-734-0298 ronald.hobbs@tinker.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8119-13-Q-0027/listing.html)
 
Place of Performance
Address: Contractor Facility, United States
 
Record
SN03072050-W 20130526/130524234657-f52bdcd2bc9b8fb677d207aaae22bfb0 (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.