SOLICITATION NOTICE
16 -- REMANUFACTURE B1 COOLING TURBINE; NSN 1660011433521; PN 788104-2-1
- Notice Date
- 11/5/2013
- Notice Type
- Presolicitation
- 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
- FA8118-14-R-0005
- Point of Contact
- Michelle Syth, Phone: 4057399444
- E-Mail Address
-
michelle.syth@tinker.af.mil
(michelle.syth@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- All questions regarding this notice and requirement are to be submitted in writing via E-mail or Fax to the point(s) of contact specified herein. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s). Vendor identities will not be disclosed. Based upon market research, the Government is NOT using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested parties 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. In accordance with FAR 22.10003-6(a)(1), this remanufacture shall be deemed to be manufacturing. As such, this will be considered as a "supply" type acquisition. Prospective offeroros must comply with all the requirements of the solicitation and any attachments thereto to be considered responsive. All offerors are to specify in their response whether it is a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business. Also offerors must specify whether they are a U.S. or foreign-owned firm. OMBUDSMAN (AUG 2005) (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 NUMBERFOR SOLICITATION REQUESTS. Prequalification of sources is essential to maintain high quality and maximum operational safety. The requirements of FAR 9.202(a) apply. Sources must be qualified prior to being considered for award. Interested vendors that have not been previously approved for this acquisition must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office @ 405-739-7243. As prescribed in FAR 9.202(e). The contracting officer need not delay a proposed award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification. The Government intends to issue a solicitation on or about 25 NOV 13 with an estimated award date of on or about 31 JAN 14. This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such. The formal request for proposal, once issued, will be an attachment to this notice. The requirements set forth in this notice are defined per Purchase Request FD20301235960 AND FD20301235960 01 as follows: All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency The Government does not intend to hold discussions but may hold discussions if it is deemed necessary. Electronic procedures will be used for this solicitation. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. A Firm Fixed Priced, 3-year requirements type contract consisting of a 1-year base period and two 1-year options is contemplated. Prequalification of sources is essential to maintain high quality and maximum operational safety. The requirements of FAR 9.202(a) apply. Sources must be qualified prior to being considered for award. Interested vendors that have not been previously approved for this acquisition must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office @ 405-739-7243. As prescribed in FAR 9.202(e). The contracting officer need not delay a proposed award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification. Export Controlled Data: This acquisition may involve technology that has a military or space application. The only contractors who may participate are those that are certified and registered with the Defense Logistics Information Service (DLIS) (1-800-352-3572) and have a legitimate business purpose. In order to receive any technical data related to this acquisition, contractors must submit a copy of their current, approved DD Form 2345. The form, including instructions for completing the form, is available at http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. The Government is not responsible for untimely or misdirected requests. If unit price exceeds $5,000.00, UID requirements will apply The contractor shall provide all labor, facilities, equipment, and material to accomplish remanufacture. The work encompasses the disassembly, cleaning, inspection, maintenance, re-assembly, testing, and finishing actions required to return the item to a like new condition in accordance with the solicitation requirements and all attachments. List of applicable Line Item Numbers (LINs): **Numbering of LINs is not specific but for informational purposes only** Item: 0001, Basic Year Best Estimated Qty: 8 REMANUFACTURE OF NSN: 1660-01-143-3521 P/N: 788104-2-1 NOUN: COOLING TURBINE Applicable to: B-1B Item: 1001, Option I Best Estimated Qty: 8 REMANUFACTURE OF NSN: 1660-01-143-3521 P/N: 788104-2-1 NOUN: COOLING TURBINE Applicable to: B-1B Item: 2001, Option II Best Estimated Qty: 8 REMANUFACTURE OF NSN: 1660-01-143-3521 P/N: 788104-2-1 NOUN: COOLING TURBINE Applicable to: B-1B Item:0002, Over and Above, Basic year - To be negotiated Item:1002, Over and Above, Option I - To be negotiated Item:2002, Over and Above, Option II - To be negotiated Item:0003, Data, Basic Year - Not separately priced Item:1003, Data, Option I - Not separately priced Item:2003, Data, Option II - Not separately priced Item:0004, Tech Order Validation and Verification Required Delivery (referencing LINs above): a. LINs 0001, 1001, 2001: 8ea due within 800 calendar days ARO order and reps, followed by 2ea every 30 calendar days thereafter until all quantities are delivered b. LINs 0002, 1002, 2002: As negotiated c. LINs 0003, 1003, 2003: Based on delivery of LIN 0001 assets d. LIN 0004: TBD All questions regarding this notice are to be submitted in writing via E-mail or Fax. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s). Vendor identities will not be disclosed.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-14-R-0005/listing.html)
- Record
- SN03228607-W 20131107/131106001802-9f2fc7aef9f2da5e30ff7ddffcdc133c (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 |