Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2017 FBO #5721
SOLICITATION NOTICE

16 -- COOLER,HYDRAULIC OI

Notice Date
7/21/2017
 
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-0441
 
Response Due
9/6/2017
 
Archive Date
12/5/2017
 
Point of Contact
Tracy Clendennen, Phone 405-739-9071, Fax - -, Email tracy.clendennen@us.af.mil
 
E-Mail Address
Tracy Clendennen
(tracy.clendennen@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PR: FD2030-17-01883 1. Estimated issue date 7 August and estimated closing/response date 6 September 2017. 2. Request for Proposal #: SPRTA1-17-R-0441 3. Service/Spare/Repair/OH: Spares 4. AMC: 4D 5. Nomenclature/Noun: Hydraulic Cooler, Aircraft 6. NSN: 1650-01-182-6294 7. PN: 11174-000-2 8. History: Previously purchased 3 each on Contract F3365782C2166 to the Boeing Company, awarded on 20 October, 1982. 9. Description/Function: Item description and function: 7.70 in. wide x 5.20 in. long x 13.8 in. high, weighing 6.20 lbs., composed of aluminum alloy, this item cools lubricant and utilizes fuel as the heatsink in the B-1 airframe. 10. Total Line Item Quantity: CLIN numbering on solicitation to be determined. It is the intension of DLA Aviation at Oklahoma City to request a 36 month proposal for an indefinite quantity indefinite delivery contract. Best Estimated Quantity (for the entire three (3) year contract period): 67 EA (Including First Article Units) Minimum Quantity (to be ordered against the contract without obligation of placing additional orders): 18 EA Maximum Quantity (cumulative quantities for all orders against the contract, cannot be exceeded): 101 EA Minimum Delivery Order Quantity (the minimum amount to be placed on an individual order - contractor concurrence required for lesser quantity): 06 EA Maximum Delivery Order Quantity (the maximum amount to be placed on an individual order - contractor concurrence required for greater quantity): 33 EA This is the government's preference. If unable to propose a 36 month ordering period under line 0001 for a 36 month ordering period requirement, please quote under line item 0002 for a one-time buy firm fixed quantity subject to revalidation. The current required quantity is 15 ea. (Excluding First Article Units). However, the required quantity may change therefore contractor shall provide proposed prices to the following ranges. If the quantity ranges provided in this solicitation do not provide the best pricing option then the contractor shall submit quantity ranges that yield the best prices to the Government based the Min quantity of 5 ea and Max quantity of 27 ea. See clause 52.207-4. The quantity of this solicitation will be re-evaluated upon receipt of the contractor's proposal. First Article Requirement: Test Plan 1 Lot Test Report 1 Lot First Article Non-Destructive 2 Each 11. Application (Engine or Aircraft): B-1 aircraft 12. Destination: SW3211 13. Required Delivery: Test Plan 30 days after receipt of contract. Test Report 120 days after approval of test plan. First Article 2 each 120 days after approval of test plan. Production End Units: 2 Each Per Month Beginning 225 days after approval of first articles. 14. Qualification Requirements: No 15. Export Control Requirements: No 16. UID: Yes 17. Qualified Sources: Ametek Thermal Systems Inc (Cage 12536) 18. Set-aside: This will not be a SB Set-Aside 19. First Article: Yes 20. NEW MANUFACTURE ONLY. Surplus is not authorized 21. Critical Safety Item: NO 22. Mandatory Language: The current qualified source is Ametek Thermal Systems Inc (Cage: 12536). Authority: 10 U.S.C. 2304(c)(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies in which the Government intends to solicit and negotiate with only one source, or a limited number of sources under the authority of FAR 6.302-1. 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 notice 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. In accordance with FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contact with the firm listed. Based on 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. 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 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 contact the Ombudsman at (405) 734-8241, facsimile (405) 734-8129. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download on the release date only from www.fbo.gov. Questions concerning this synopsis or subsequent solicitation can be directed to Tracy Clendennen at (405) 739-9071 or email at tracy.clendennen@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-17-R-0441/listing.html)
 
Record
SN04590309-W 20170723/170721235303-17e8a96ef5097089dfeac974b44bc957 (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.