Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2014 FBO #4597
MODIFICATION

16 -- REMANUFACTURE T-38 SERVO VALVES

Notice Date
6/24/2014
 
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
FA8118-14-R-0036
 
Archive Date
9/30/2015
 
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 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. This notice, itself, does not represent the issuance of a formal request for proposal (RFP) and is not intended to be taken as such. Any formal RFP that is issued will be included as an attachment to this notice. Prospective offeroros must comply with all the requirements of the RFP/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. Electronic procedures will be used for this solicitation. The requirements set forth in this notice are defined per Purchase Request FD20301400069 as follows: 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. 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. 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. If the Government's unit acquisition cost for a new item exceeds $5,000.00, UID requirements will apply 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, offerors must be registered with Federal Business Opportunities (FedBizOpps) www.FBO.Gov. Additionally, requests are to be submitted to 558cbss.gbhba.psd@tinker.af.mil for Drawings and 420scms.to.sales@tinker.af.mil for Technical Orders (TOs). The request shall include the applicable solicitation number, the specific data needed (including TO and/or drawing numbers), and a copy of the current and 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 misdirected or untimely requests. 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 thereto. A 5-YEAR ID/IQ TYPE CONTRACT IS CONTEMPLATED. The minimum contract quantity, maximum contract quantity, and contract Best Estimated Quantity (BEQ) are stated for each Line Item. The total BEQ listed on each Line Item is the BEQ for all 5 years combined. ANY RESULTANT CONTRACT SHALL BE IN EFFECT FROM THE CONTRACTUAL EFFECTIVE DATE THRU 5 YEARS THEREAFTER OR UNTIL THE MAXIMUM CONTRACT QUANTITY ON EACH LINE ITEM IS EXHAUSTED, WHICHEVER COMES FIRST. The anticipated Contract effective date is on or after 9 Aug 2014. Failure of the Government to furnish items in the amounts or quantities described as "estimated" or "maximum" will not entitle the contractor to any equitable adjustment in price under the Government Property clause of the contract. List of applicable Line Item Numbers (LINs): **Numbering of LINs is not specific but for informational purposes only** Item: 0001, Remanufacture NSN: 1650001373916 SERVOVALVE,HYDRAULI P/N: 6U6007-4X, Description: Controls hydraulic flow rate, pressure and direction in the aileron actuator on the T38/F5. Supp. Description: Aluminum & Steel Best Estimated Qty: 40 EA MIN:2 EA MAX:55 EA Item: 0002, Remanufacture NSN: 1650000764793 SERVOVALVE,HYDRAULI P/N: 6U6007-4, Description: Controls hydraulic flow rate, pressure and direction in the aileron actuator in the T38/F5 aircraft. Supp. Description: Aluminum & Steel Best Estimated Qty: 10 EA MIN: 1EA MAX: 10EA Item: 0003, Remanufacture NSN: 1650001377073 SERVOVALVE,HYDRAULI P/N: 6U6007-3X, Description: Controls hydraulic flow rate, pressure and direction in the aileron actuator in the T38/F5 aircraft. Supp. Description: Aluminum & Steel Best Estimated Qty: 90EA MIN: 2EA MAX:120EA Item: 0004, Remanufacture NSN: 1650000752289 SERVOVALVE,HYDRAULI P/N: 6U6007-3, Description: Controls hydraulic flow rate, pressure and direction in the aileron actuator on the T-38 aircraft. Supp. Description: Steel & Aluminum Best Estimated Qty: 35 EA MIN:1EA MAX:40EA Item: 0005, Remanufacture NSN: 1650001377072 SERVOVALVE,HYDRAULI P/N: 6U6019-1X, Description: Controls hydraulic flow rate, pressure and direction in the horizontal stabilizer actuator in the T3... Supp. Description: Aluminum & Steel Best Estimated Qty: 90 EA MIN: 2EA MAX: 125EA Item: 0006, Remanufacture NSN: 1650008716236 SERVOVALVE,HYDRAULI P/N: 6U6019-1, P/N: 6U6019-1 REV J, Description: Controls hydraulic flow rate, pressure and direction in the horizontal stabilizer actuator in the T3... Supp. Description: Aluminum & Steel Best Estimated Qty: 5 EA MIN:1 EA MAX:5 EA Item: 0007, Remanufacture NSN: 1650001373919 SERVOVALVE,HYDRAULI P/N: 6U6019-2X, P/N: 6U6019-2X REV J, Description: Controls hydraulic flow rate, pressure, and direction in the horizontal stabilizer actuator in the T... Supp. Description: Aluminum & Steel Best Estimated Qty: 115EA MIN: 2 EA MAX: 150 EA Item: 0008, Remanufacture NSN: 1650008716237 SERVOVALVE,HYDRAULI P/N: 6U6019-2, Description: Controls hydraulic flow rate, pressure, and direction in the horizontal stabilizer actuator on the T... Supp. Description: Steel & Aluminum Best Estimated Qty: 5 EA MIN: 1 EA MAX: 5 EA Item: 0009, Remanufacture NSN: 1650009605707 SERVOVALVE,HYDRAULI P/N: 6U6009-1, Description: CONTROLS HYDRAULIC FLOW OF RUDDER ACTUATOR Supp. Description: Aluminum Best Estimated Qty: 29 EA MIN: 2 EA MAX: 35 EA Item: 0010, Remanufacture NSN: 1650009605708 SERVOVALVE,HYDRAULI P/N: 6U6009-2, Description: Controls hydraulic flow rate, pressure and direction in the rudder actuator on the F5/T38 aircraft. Supp. Description: Aluminum & Steel Best Estimated Qty: 49 EA MIN: 2 EA MAX: 65 EA Item: 0011, OVER AND ABOVE Best Estimated Qty: 1 LO Item: 0012, DATA Best Estimated Qty: 1 LO Required Delivery (referencing LINs above) a. LIN 0001 - 0010: 2 ea due 60 days ARO order and assets followed by 2 ea due every 30 days until all quantites are delivered. Early delivery is acceptable. b. LIN 0011: As negotiated c. LIN 0012: Based on delivery of assets from LIN 0001 - 0010 Applicable T.O.s: Specific Technical Orders P/N REMAN MANUAL/TO TITLE/REVISION AND/OR OTHER DIRECTIVES (AFTO FORM 252) 6U6007-4 & -4X 9H8-30-45-3 OVHL INSTR - Aileron Servo Valve 6U6007-3 & -3X 9H8-30-45-3 OVHL INSTR - Aileron Servo Valve 6U6007-4 & -4X 9H8-30-45-4 IPB - Aileron Servo Valve 6U6007-3 & -3X 9H8-30-45-4 IPB - Aileron Servo Valve 6U6019-2 & -2X 9H8-4-180-3 OVHL INSTR - HYD Valve 6U6019-1 & -1X 9H8-4-180-3 OVHL INSTR - HYD Valve 6U6009-1 9H8-30-44-3 OVHL INSTR - Rudder Servo Valve 6U6009-2 9H8-30-44-3 OVHL INSTR - Rudder Servo Valve 6U6009-1 9H8-30-44-4 IPB 6U6009-2 9H8-30-44-4 IPB General Technical Orders TO NUMBER DATE TITLE 00-5-1 15 JAN 2013 AF TECHNICAL ORDER SYSTEM 00-5-3 1 JAN 2012 AF TECHNICAL ORDER LIFE CYCLE MANAGEMENT 00-35D-54 1 NOV 2011 USAF DEFICIENCY REPORTING, INVESTIGATION AND RESOLUTION 00-85B-3 HOW TO PACKAGE AIR FORCE SPARES OTHER PUBLICATIONS FOR INFORMATION PURPOSES ONLY Air Force Manuals DOCUMENT NUMBER DATE TITLE AFI 23-101 AFMAN 23-215 6 AUG 2001 REPORTING OF SUPPLY DISCREPANCIES DoD/Air Force Forms FORM NUMBER TITLE SF 364 REPORT OF DISCREPANCY SF 368 QUALITY DEFICIENCY REPORT DD1574 SERVICEABLE TAG - MATERIEL DD1574-1 SERVICEABLE LABEL - MATERIEL DD1577-2 UNSERVICEABLE (REPAIRABLE) TAG - MATERIEL DD1577-3 UNSERVICEABLE (REPAIRABLE) LABEL - MATERIEL DD1577 UNSERVICEABLE (CONDEMNED) TAG - MATERIEL DD1577-1 UNSERVICEABLE (CONDEMNED) LABEL - MATERIEL DD1575 SUSPENDED TAG - MATERIEL DD1575-1 SUSPENDED LABEL - MATERIEL AFMC FORM 158 PACKAGING REQUIREMENTS CONTRACTOR DOCUMENTS PART NUMBER DRAWING NUMBER TITLE AND DATE N/A N/A N/A 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. Q & A Q. How can we obtain a copy of the applicable TOs and/or drawings? A. Please refer to the instrictions contained in both this notice and on page three of the RFP. Q: [We are] very interested in submitting a bid for the T-38 Servo Valves. However, we are not currently a qualified source for these part numbers. If our SAR package was submitted with our price proposal, could we potentially still be considered for award of the contract if we are competitively priced? We just want to ensure that we will be considered for this award before we go through the effort to prepare our price proposal. We are fully aware of the LPTA requirements and past performance consideration for this effort. A: To clarify, the proposal and the SAR package are submitted to two different offices. The proposal is to be submitted to the Buyer/PCO and the SAR package is to be submitted in accordance with FAR 52.209-1. As provided in section M the RFP, vendors must be qualified in order to be considered for award. Therefore, we would not be able to consider your proposal for award unless your firm becomes a qualified source before award (and your proposal meets the remaining acceptability standards under the Technical and Past Performance evaluation factors). With that said, your proposal has a greater chance of being considered for award if it is submitted before close of the RFP (see pg 1, block 9 of the RFP) and your SAR package is submitted as soon as possible (there's always a chance it could be approved before award). As you may know, it can take some time for a SAR package to be approved. If you wait until the SAR package is approved before submitting a proposal, the proposal will most likely be late (i.e. submitted after close of the RFP) and will not be considered for award (however, see FAR 15.208(b)). On the other hand, if you submit a proposal before close of the RFP, your SAR package is approved before award is made, and the proposal meets the remaining acceptability standards under the Technical and Past Performance evaluation factors, the proposal could then be considered for award at that time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-14-R-0036/listing.html)
 
Record
SN03404563-W 20140626/140625022122-60d8c0fca68bf8fd633b80cec80b9900 (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.