Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2014 FBO #4632
SOLICITATION NOTICE

16 -- HOUSING,COMPRESSOR

Notice Date
7/29/2014
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; 3001 STAFF DR STE 1AC4 99A; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8118-14-Q-0005
 
Response Due
7/29/2014
 
Archive Date
10/27/2014
 
Point of Contact
Julie Idleman, Phone 405-734-4622, Fax - -, Email julie.idleman@us.af.mil
 
E-Mail Address
Julie Idleman
(julie.idleman@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
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. Prospective offerors 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. The Government intends to issue a solicitation on or about 13 Aug 2014 with an estimated award date of on or about 19 Sep 2014. 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 requirements set forth in this notice are defined per Purchase Request FD20301400033 as follows: This acquisition is to be a small business set aside. All responsible sources may submit a capability statement, 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. 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. (i) If the solicitation will include the FAR clause at 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act, or an equivalent agency clause, insert the following notice in the synopsis; "One or more of the items under this acquisition is subject to Free Trade Agreements." (ii) If the solicitation will include the FAR clause at 52.225-5, Trade Agreements, or an equivalent agency clause, insert the following notice in the synopsis: "One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements." (iii) If the solicitation will include the FAR clause at 52.225-11, Buy American Act--Construction Materials under Trade Agreements, 52.225-23, Required Use of American Iron, Steel, and Manufactured Goods--Buy American Act--Construction Materials under Trade Agreements, or an equivalent agency clause, insert the following notice in the synopsis: "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, 5-year requirements type contract consisting of a 1-yr base period and four 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, offerors must be registered with Federal Business Opportunities (FedBizOpps) www.FBO.Gov. Requests for data are to be submitted to 558cbss.gbhba.psd@tinker.af.mil for Drawings and directly to the PCO and/or buyer for Technical Orders (TOs). The request shall be on company letterhead and include the applicable solicitation number and the specific data needed (e.g. TO number, drawing number). The request must be accompanied by 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. APPLICABLE TECHNICAL ORDERS Specific Technical Orders PART NUMBERREMANUFACTURE MANUAL/TO NUMBERTITLE/REVISION AND/OR OTHER DIRECTIVES (AFTO FORM 252) 751607-2-215A3-2-59-3Maint. Inst., Stores Unit Compressor/Mar 2013 General Technical Orders TO NUMBERDATETITLE 00-5-115 JAN 2013AF TECHNICAL ORDER SYSTEM 00-5-31 JAN 2012AF TECHNICAL ORDER LIFE CYCLE MANAGEMENT 00-35D-541 NOV 2011USAF DEFICIENCY REPORTING, INVESTIGATION AND RESOLUTION OTHER PUBLICATIONS FOR INFORMATION PURPOSES ONLY NOTE: These publications are for information purposes only. Air Force Manuals DOCUMENT NUMBERDATETITLE AFI 23-1018 AUG 2013AIR FORCE MATERIEL MANAGEMENT AFMAN 23-2156 AUG 2001REPORTING OF SUPPLY DISCREPANCIES DoD/Air Force Forms FORM NUMBERTITLE SF 364REPORT OF DISCREPANCY SF 368QUALITY DEFICIENCY REPORT DD1574 DD1574-1SERVICEABLE TAG - MATERIEL SERVICEABLE LABEL - MATERIEL DD1577-2 DD1577-3UNSERVICEABLE (REPAIRABLE) TAG - MATERIEL UNSERVICEABLE (REPAIRABLE) LABEL - MATERIEL DD1577 DD1577-1UNSERVICEABLE (CONDEMNED) TAG - MATERIEL UNSERVICEABLE (CONDEMNED) LABEL - MATERIEL DD1575 DD1575-1SUSPENDED TAG - MATERIEL SUSPENDED LABEL - MATERIEL AFMC FORM 158PACKAGING REQUIREMENTS CONTRACTOR DOCUMENTS PART NUMBERDRAWING NUMBERTITLE AND DATE N/AN/AN/A 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 NSN: 1660-01-207-5331 P/N: 751607-2-2 NOUN: COMPRESSOR HOUSING ADDT'L DESC: COMPONENT OF 2 AIR TURBINES THAT DIRECTS AIR FLOW TO THE COMPRESSOR WHEEL FOR NHA'S 1660010350478 AND 1660010369550. STEEL. Applicable to: B1-B Item: 0001, Basic Year Best Estimated Qty: 8 each Item: 1001, Option I Best Estimated Qty: 8 each Item: 2001, Option II Best Estimated Qty: 8 each Item: 3001, Option III Best Estimated Qty: 8 each Item: 4001, Option IV Best Estimated Qty: 8 each Item: 0002, Basic Year Data - Not separately priced Item: 1002, Option I Data - Not separately priced Item: 2002, Option II Data - Not separately priced Item: 3002, Option III Data - Not separately priced Item: 4002, Option IV Data - Not separately priced Item: 0003, Basic Year Over and Above - To be negotiated Item: 1003, Option I Over and Above - To be negotiated Item: 2003, Option II Over and Above - To be negotiated Item: 3003, Option III Over and Above - To be negotiated Item: 4003, Option IV Over and Above - To be negotiated Required Delivery (referencing LINs above) a. LIN 0001: 1 unit each 45 days ARO/REPS. Early delivery is acceptable. b. LIN 0002: Based on delivery of LIN 0001 assets c. LIN 0003: As negotiated 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-Q-0005/listing.html)
 
Record
SN03442258-W 20140731/140729235836-7b7e3224bc3c47b3bead838db46f568e (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.