Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
SOLICITATION NOTICE

28 -- F100 ENGINE REMANUFACTURE 3 Items, Convergent Nozzle Seg Liner, Liner-Convrg Seg Line Seal,Conv Seg Liner Assbly

Notice Date
9/1/2015
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Material Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
FA812115R0063
 
Archive Date
12/31/2015
 
Point of Contact
Brian J Spano, Phone: (405)739-9446, Regina D Patton, Phone: 405-734-8775
 
E-Mail Address
brian.spano@tinker.af.mil, regina.patton@tinker.af.mil
(brian.spano@tinker.af.mil, regina.patton@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS-F100 REMANUFACTURE: 3 Items-A)-Convergent Nozzle Segment Liner(s): 2840-01-308-4467NZ, F100-PW-229 /// B)-Liner-Convergent Segment Seal, 2840-01-308-4469NZ, F100-PW-220/229/// and C)-Convergent Segment Liner Assembly 2840-01-455-9138NZ, F100-PW-229....All to be restored to a like-new condition. Solicitation: FA8121-15-R-R-0063 1-ESTIMATED SOLICITATION ISSUE DATE: 16 Sept 2015 ESTIMATED SOLICITATION CLOSING/RESPONSE DATE: 16 Oct 2015 ANTICIPATED AWARD DATE: 30 Nov 2015 2-PR#: FD2030-15-00881 (USAF), FD2030-15-30534 (FMS) 3-TYPE BUY: Remanufacture, Firm Fixed Price; Government anticipates an Indefinite Delivery, Indefinite Quantity type contract, one year basic with 2 each one year options. The contractor shall furnish all required labor, parts, facilities and test equipment and material to accomplish this remanufacture. The effort consists of returning assets to the government in a completely remanufactured/like new condition in accordance with the Statement of Work, Engineering Instructions for Repair (EIR#RQR-10, Rev E), Qualification Requirements for Repair of Propulsion Critical Safety and Critical Application (RQR-PSD-2), and Qualification Requirements for Overhaul & Repair of Augmentor Duct and Nozzle Module (RQR-10,RevB). THE LINE ITEMS ARE AS FOLLOWS (USAF): Line Item 0001, NSN 2840-01-308-4467NZ, PN 4070107, Basic Year BEQ 637 each; Option Year I BEQ 658 each; Option Year II BEQ 542 each. Line Item 0002, NSN 2840-01-308-4469NZ, PN 4078308, Basic Year BEQ 993 each; Option Year I BEQ 1711 each; Option II BEQ 1601 each. Line Item 0003, NSN 2840-01-455-9138NZ, PN 4084791, Basic Year BEQ 1818 each; Option Year I BEQ 1074 each; Option Year II BEQ 983 each. (FMS): Line Item 0004, Data IAW CDRLS (DD Form 1423), Request not separately priced, to be negotiated into repair price. Line Item 0005 NSN 2840-01-308-4467NZ, PN 4070107, Basic Year BEQ 61 each, Option Year I BEQ 61 each, Option Year II BEQ 61 each. Line Item 0006, NSN 2840-01-308-4469NZ, PN 4078304, Basic Year BEQ 61 each, Option Year I BEQ 61 each, Option Year II BEQ 61 each. Line Item 0007, NSN 2840-01-455-9138NZ, PN 4084791, Basic Year BEQ 61 each, Option Year I BEQ 61 each, Option Year II BEQ 61 each. Line Item 0008, Data IAW CDRLS (DD Form 1423), Request not separately priced, to be negotiated into repair price. 4-RMC/RMSC Code: R3/C 5-ITEMS/NSNs/PN/APPLICATIONS: A)-Convergent Nozzle Segment Liner: NSN: 2840-01-308-4467NZ, PN: 4070107, Appl:F100-PW-229/// B)-Liner Convergent Segment SEAL: NSN: 2840-01-308-4469NZ, PN: 4078304 or 4071130, Appl: F100-PW-220/229/// C)-Convergent Segment Liner ASSEMBLY: NSN: 2840-01-455-9138NZ, PN: 4084791, or 4057394, or 4048787, Appl: Convergent Segment Liner NOTE: ALL Items are CRITICAL SAFETY ITEMS (CSI). 6-SMALL BUSINESS SET ASIDE: This IS NOT a small business set aside. 7-QUANTITY/DELIVERY/DESTINATION: NOTE: First delivery on the contract will be 120 days after receipt of order (ARO) to allow contractor (s) time to set up their supply chain. All other deliveries will remain 30 days ARO. Line Item 0001, Delivery shall begin within 30 days after receipt of order and reparables, at the rate of 120 each per month and continue at that rate per month until deliveries are completed. Early delivery is acceptable. Line Item 0002, Delivery shall begin within 30 days after receipt of order and reparables, at the rate of 300 each per month and continue at that rate per month until deliveries are completed. Early delivery is acceptable. Line Item 0003, Delivery shall begin within 30 days after receipt of order and reparables, at the rate of 300 each per month and continue at that rate per month until deliveries are completed. Early delivery is acceptable. Line Item 0004, DATA, Delivery 1 each unit, To Be Determined. Early delivery is acceptable. Line Item 0005, Delivery shall begin within 30 days after receipt of order and reparables, at the rate of 5 each per month and continue at that rate per month until deliveries are completed. Early delivery is acceptable. Line Item 0006, Delivery shall begin within 30 days after receipt of order and reparables, at the rate of 5 each per month and continue at that rate per month until deliveries are completed. Early delivery is acceptable. Line Item 0007, Delivery shall begin within 30 days after receipt of order and reparables, at the rate of 5 each per month and continue at that rate per month until deliveries are completed. Early delivery is acceptable. Line Item 0008, DATA, Delivery SHIP TO: IAW CDRL, MARK FOR: IAW CDRL 8-DESTINATION: USAF Assets: SHIP TO: SW3211, Tinker AFB, OK 73145-9013 MARK FOR: Acct 09, SHIP TO (REMARKS): IAW BASIC CONTRACT FMS Assets: SHIP TO: Per D.O., MARK FOR: Per D.O. 9-QUALIFICATION REQUIREMENTS: Sources must be qualified prior to being considered for award. To be eligible for contract award, the offeror must be an approved source IAW FAR 52.209-1, Qualification Requirements. THE GOVERNMENT IS NOT REQUIRED TO DELAY CONTRACT AWARD TO REVIEW PENDING SOURCE APPROVAL REQUESTS (SARs). Therefore, offerors are encouraged to submit SARs as soon as possible. If the government has not completed review of SAR when the contract is awarded, the SAR will be retained and the source will be reviewed as a possible source for future awards. For assistance/information on the source approval process contact AFSC/SB Website [http://www.tinker.af.mil/sbo.asp] or mail to AFSC/SB, 3001 Staff Drive, Suite 1AG85A, Tinker AFB, OK 73145-3009/// Phone:(405) 739-2601, DSN: 339-2601, FAX: (405) 739-7085, DSN: 339-7085. Currently, the following source(s) are approved sources : 1) Barnes Group Inc.,9826 Crescent Park Drive, West Chester, OH 45069-3800 CAGE CODE: 1YVP7 2) Paradigm Manchester Inc, 967 Parker Street, Manchester, CT 06040-2208 CAGE CODE: 1J4P3 It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firms listed. 10-ADDITIONAL INFORMATION: Electronic procedures and Request for Written Quote will be used for this solicitation thru the Federal Business Opportunities (FedBizOpps) website at https://www.fbo.gov/index. All responsible sources may submit a bid, proposal, or quotation that shall be considered. Based upon market research, the government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons 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. No telephone solicitation requests will be accepted. OMBUDSMAN NOTE: 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 the sources 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 NUMBER FOR SOLICITATION. 11-BUYER CONTACT INFO: Brian J. Spano,(405) 739-9446, FAX: (405) 739-3462; [emailto:brian.spano@tinker.af.mil]
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA812115R0063/listing.html)
 
Record
SN03866552-W 20150903/150902000443-33bac6ff60de6ea53dedd655d07aa745 (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.