Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2013 FBO #4393
SOLICITATION NOTICE

J -- Repair Borescopes / Fiberscopes

Notice Date
12/2/2013
 
Notice Type
Presolicitation
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8519-14-R-00319
 
Archive Date
1/24/2014
 
Point of Contact
Deborah L. Ross, Phone: (478) 222-1610
 
E-Mail Address
Deborah.Ross.5@us.af.mil
(Deborah.Ross.5@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This requirement is for a firm-fixed price requirements contract for the repair of Borescopes and Fiberscopes to include the following NSNs: · 6650-01-461-1559RN Fiberscope · 6650-01-455-4327RN Analyzer, video · 6650-01-502-8623RN Fiberscope · 6650-01-248-9081RN Fiberscope · 6650-01-461-0976RN Analyzer, video · 6650-01-547-4342RN Borescope Kit · 6650-01-547-2213RN Borescope Kit · 6650-01-547-3104RN Borescope Kit · 6650-01-547-2218RN Borescope Kit · 6650-01-502-4583RN Fiberscope · 6650-01-522-2391RN Borescope Kit · 6650-01-324-3329RN Fiberscope · 6650-01-406-3086RN Fiberscope · 6650-01-599-7717RN Borescope Kit · 6650-01-599-7714RN Borescope Kit The borescopes are complex inspection tools used for multiple aircraft in support of the Air Force requirements for optical/visual inspection of engines. The borescopes consist of hardware, electronics and computing capabilities, optics, and software. These scopes allow visual access to engine areas that are difficult or impossible to examine from the exterior. The scopes are used to detect subtle irregularities in castings, ensure the structural integrity of the aircraft engine, and to diagnose the cause of an indeterminable noise or other engine malfunction that can compromise the safety of the aircraft during operation. The basic components of a borescope kit include a light source, a vehicle to transmit and record visual images, probes, and different probe tips to allow for different viewing and measurements. The requirement includes the Basic Period and four (4) Option Periods with BEQ quantities as follows: Line Item NSN Basic BEQ QTY Option I BEQ QTY Option II BEQ QTY Option III BEQ QTY Option IV BEQ QTY 0001 6650-01-461-1559RN 5 5 5 5 5 0002 6650-01-455-4327RN 5 5 5 5 5 0003 6650-01-502-8623RN 6 6 9 9 9 0004 6650-01-248-9081RN 9 9 9 14 14 0005 6650-01-461-0976RN 5 5 5 5 5 0006 6650-01-547-4342RN 8 8 8 11 12 0007 6650-01-547-2213RN 8 8 8 8 11 0008 6650-01-547-3104RN 18 18 18 18 23 0009 6650-01-547-2218RN 9 9 9 9 12 0010 6650-01-502-4583RN 5 5 5 5 5 0011 6650-01-522-2391RN 8 10 10 10 10 0012 6650-01-324-3329RN 13 13 13 13 17 0013 6650-01-406-3086RN 5 5 5 5 5 0014 6650-01-599-7717RN --- 5 5 8 8 0015 6650-01-599-7714RN --- 5 5 8 8 Also included are associated data requirements (i.e. Repair Report, Safe Alert Report, Alert Response). Options may be exercised anytime within 365, 730, 1095, or 1460 days respectively after award. Options support both USAF/FMS requirement. DELIVERY REQUIREMENTS: Delivery is due 15 calendar days ARO funded order or repairable assets to multiple locations (to be determined) in the basic period. Delivery in option periods is 15 days after receipt of funded order or repairable assets. Destinations in option periods may include both CONUS and OCONUS locations. All assets will be shipped FOB Origin. Locations to be determined. The approximate RFP issue date will be 9 December 2013. Proposals are due 9 January 2014. This is a sole source acquisition to Olympus NDT Inc (CAGE 1KY21), in accordance with FAR 6.302-1, Only One or a Limited Number of Responsible Sources, and No Other Supplies or Services Will Satisfy Agency Requirements. The Government does not own the data rights or the processes for repair of the scopes. RFP will not be posted to FBO. However, if you desire to receive a copy, please notify the POCs below and one will be provided. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8519-14-R-00319/listing.html)
 
Place of Performance
Address: 48 Woerd Ave, Suite 105, Waltham, Massachusetts, 02453-3824, United States
Zip Code: 02453-3824
 
Record
SN03243539-W 20131204/131202234102-ab046a5e583a4bc8f390404ca95df379 (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.