Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2017 FBO #5635
SOLICITATION NOTICE

16 -- LEVER,REMOTE CONTRO

Notice Date
4/26/2017
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT OKLAHOMA CITY, OK; DLR PROCUREMENT OPERATIONS (AO);3001 STAFF DRIVE; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
SPRTA1-17-R-0358
 
Response Due
6/9/2017
 
Archive Date
9/7/2017
 
Point of Contact
James Chandler, Phone 405-739-4440, Fax - -, Email james.chandler@us.af.mil
 
E-Mail Address
James Chandler
(james.chandler@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PR Number(s): FD20301701412 Line Item: 0001 NSN: 1680011887072HS LEVER,REMOTE CONTRO P/N: 300359-1, 1. Estimated Solicitation issue date is 10 May 2017 and the estimated closing/response date is 9 June 2017. 2. Request for Proposal #: SPRTA1-17-R-0358 3. Purchase Request #: FD2030-17-01412-01 4. Nomenclature/Noun: Remote Control Lever 5. NSN: 1680-01-188-7072 HS 6. Part Number: 300359-1 7. Application (Engine or Aircraft): KC-135 Aircraft 8. AMC: 3P - Acquire, for the second or subsequent time, directly from the actual manufacturer - The data needed to acquire this part is not economically available. 9. Description/Function: This item positions the aircraft rudder surface in response to mechanically or electronically transmitted commands. 10. Dimensions: Approximately 22.65 inches in length, 5.90 inches in width, 12.30 inches in height, and 52.0 lbs. in weight. 11. Material: Aluminum / Steel. 12. Approved Source: Cage Code 82106 - Parker-Hannifin Corporation. 13. Qualification requirements are not applicable. 14. First Article is not required. 15. Export Control does not apply. 16. Critical Application Item (CSI) applicability: CSI criteria DO NOT apply to this item. 17. US Air Force Requirement. Award of a New Manufacture Fixed-Quantity, Firm Fixed-Price contract is contemplated, however, Surplus WILL be considered for this for this procurement. A Split-Award may be contemplated if in the best interest of the Government. Line Item 0001: Firm Quantity of 40 Units / US Air Force. Required Delivery: 31 July 2017, but may not be attainable. Destination: DLA Distribution Depot Oklahoma, Tinker AFB Required Delivery: On-or-Before 9 February 2019. Early and consolidated deliveries are acceptable. Destination: SW3210 DLA Distribution Depot Hill, Hill AFB, UT Total Possible Quantity, Regardless of Number of Contracts Awarded: 40 ea 18. Surplus WILL be considered for this for this procurement, provided the surplus units meet the following criteria; New and Unused Government Surplus subject to Part Number/Manufacturer Verification (300359-1 / Cage 82106), Proof of Prior Government Ownership, and 100% End-Item Inspection. 19. Mandatory Language: DLA OMBUDSMAN (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) The Competition Advocate (CA) at each contracting activity/office (as defined in DLAD 2.101) shall act as the ombudsman and attempt to resolve contractor complaints. DLA AVIATION - AOCA's CA/ombudsman can be reached at (405) 734-8241, facsimile (405) 734-8129. Complaints which cannot be so resolved shall be forwarded to the HQ through J-72 for resolution by the DLA competition advocate. Each activity is responsible for developing procedures for executing the duties and responsibilities. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. 20. IUID: IUID marking requirements IAW FAR Clause 252.211-7003 are mandatory and shall apply. 21. Small Business Set Aside: Not Applicable 22. This solicitation shall utilize the procedures at FAR 15 for non-commercial acquisitions. 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 persons may identify to the contracting officer their interest and capability to satisfy the Governments requirement with a commercial item within 15 days of this notice. 23. Subject to the Buy American Act / Balance of Payments Program. 24. Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability to be confirmed in writing by the Contracting Officer. 25. Electronic procedures will be used for this solicitation. Hard copies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-17-R-0358/listing.html)
 
Record
SN04486676-W 20170428/170426235707-f64d9c2499f0ee2398bfec4078e20fe1 (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  © 1994-2020, Loren Data Corp.