MODIFICATION
15 -- Spare Purchase of 2 EA Swaging Tool Kits (NSN:5120-00-945-9219 HS) - FD203014-00978 - Solicitation 1
- Notice Date
- 4/14/2014
- 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
- FA8119-14-Q-0030
- Response Due
- 5/14/2014 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
- Total Small Business
- Description
- transportation surplus material worksheet AFMC 813 Packaging RFQ Request for Quotations Issued 14 APR 2014 Due date for quote: 14 MAY 2014 4:00 PM CST end of notice******** Written response is required Anticipated Award Date: 1 JUN 2014 Duration of Contract Period: Delivery on/before 29 Jan 2016 Electronic procedure will be used for this solicitation. 2. PR#: FD2030-14-00978 3. Service/Spare/Repair/OH: Spare 4. AMC: 1/G History: F34601-99-M-0940 from Cage 58985 5. Item: Swaging Tool Kit 6. NSN: 5120-00-945-9219 HS 7. PN: 12A1639-3 8. Description: plastic box for kitted item/steel material for the stacking tool. Item is used for the installation and stacking of bearings. 9. Total Line Item Quantity: L/I 0001 - qty 1 ea, Spare purchase of NSN 5120-00-945-9219 HS L/I 0002 - qty 1 ea, Spare purchase of NSN 5120-00-945-9219 HS Note-The requirement is broken into two CLINs due to differing destinations. 10. Application (Engine or Aircraft): C-141, C-17 11. Destination: 1 EA to FE6112 and 1 EA to FE6171 ANG Units 12. Delivery: On/before 29 JAN 2016 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). The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/. 15. UID: Note to Contractor: If unit price exceeds $5,000 then UID requirements will apply. 16. Mandatory Language: The proposed contract is 100% set aside for small business concerns. 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@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8119-14-Q-0030/listing.html)
- Place of Performance
- Address: Contractor Facility, United States
- Record
- SN03337735-W 20140416/140414234410-7fc010f08407532927b325af33b438ee (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 |