Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 18, 2017 FBO #5655
MODIFICATION

16 -- CONTROL ASSEMBLY,AN

Notice Date
5/16/2017
 
Notice Type
Modification/Amendment
 
NAICS
336412 — Aircraft Engine and Engine Parts 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-0309
 
Response Due
4/27/2017
 
Archive Date
5/17/2017
 
Point of Contact
Deborah K. Teubert, Phone: 4057348118
 
E-Mail Address
deborah.teubert@us.af.mil
(deborah.teubert@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE: Solicitation number SPRTA1-17-R-0309 has been replaced with SPRTA1-17-R-0375 NSN: 1660004746402 CONTROL ASSEMBLY,AN P/N: 10-30196-501, P/N: 1239-1A, Description: The regulator is designed to prevent the formation of ice on airfoil surfaces by regulating the temperture of the of the surfaces. 1. Estimated Issue Date and estimated closing/response: Issue: 7 Apr 17 Closes: 22 May 17 2. RFP - SPRTA117R0309 3. Service/Spare/Repair/OH: Spares 4. AMC CODE: 3D 5. Nomenclature/Noun: Control Assembly 6. NSN: 1660-00-474-6402 7. Part Number: 1239-1A 8. History: Last award date: 19 June 1987, 23 each, Honeywell International 9. Description/Function: The regulator is designed to prevent the formation of ice on airfoil surfaces of aircraft by regulating the temperature of these surfaces. Material is metal chassis with electronic components attached. Dimensions: Length 5.000", Width 4.000", Height 4.000" and weight 4.200 lbs. 10. Total Line item quantity: 9 each, (Range Quantites apply as follows: Range One: Min 2 through 8 each, Range Two 9 each, Range three is 10 to 14.) 11. Application: B52 Aircraft 12. Ship to: SW3211, DLA Distribution Depot, Oklahoma, Tinker AFB. Mark for: Acct 13. Required delivery date: 1 unit per month for 8 months, total delivery of 8 each. 14. Qualification requirements DO NOT EXIST. 15. Export control Requirements: NO 16. IUID: Unit price exceeds $5,000, UID requrements apply 17. Qualified Source: Honeywell International, cage code 97896 18. Set-aside: N/A 19. Mandatory Language: In accordance with FAR 5.207(c)(15)(ii), all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Authority: 10 U.S.C. 2304(c)(1), Justification: Supplies (or Services) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies or services for which the government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302. This acquisition involves technology that has a military or space application. The extent of foreign participation has not yet been determined. 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 a potential prime contractor but could if otherwise eligible, participate as subcontractors.) Based upon market research, the Government is not using the policies contained in FAR Part 12 - Commercial Items, in its solicitation for the descripted supplies or services. However, if interested parties can identify, to the contracting officer, their interest and capability to satisfy the Government's requirement with a commercial item, they must do so within 15 days of this notice. 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 received notice of such availability, to be confirmed by the Contracting Officer. 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. This notice of intent is not a request for competition. However, all proposals received within 45 days (30 days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the government not to compete this proposed contract based upon responses to this noticed is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is suggested that small business firms or other interested in subcontracting opportunities in connection with the described procurement make a contract with the firm(s) listed. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements as cited in each individual solicitation. AWARD WILL NOT BE WITHHELD AWAITING QUALIFICATION. For qualification information and source approval requests contact OC-ALC/BC, 3001 Staff Drive, Ste#1AC85A, Tinker AFB, OK 73145-3009. Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation. Note: An Ombudsman has been appointed to hear concerns for offerors or potential offerors during the proposed 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. The Ombudsman does not participate in the evaluation of the proposals or in the source selection PROCESS. Interested parties are invited to call the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Requests for written quotations will be issued. Only written or faxed requests received directly from the requestors are acceptable. The anticipated award date is approximately 60 days after the issuance of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-17-R-0309/listing.html)
 
Record
SN04510597-W 20170518/170516234816-1759a645466c2ba6e0f955e4b11b0cab (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.