Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
SOLICITATION NOTICE

29 -- SPRTA1-18-R-0216

Notice Date
1/11/2018
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
SPRTA1-18-R-0216
 
Point of Contact
Tina Vinson, Phone: 405-734-8128
 
E-Mail Address
tina.vinson@us.af.mil
(tina.vinson@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. The solicitation estimated issue date is 26 January 2018 with an estimated response date of 26 February 2018. 2. Solicitation: SPRTA1-18-R-0216 3. Purchase Request: FD2030-17-01504 4. Nomenclature/Noun: Lubricating Cooler 5. NSN: 2935-01-152-1702 6. Part Number: 25E36-1 7. Application: KC-135 Aircraft 8. Acquisition Method Code (AMC): 3/B - Sole Source Acquisition for the Second or Subsequent Time 9. History: Previously purchased 12 each from Honeywell International Inc. on contract SPRTA1-16-F-0328, awarded 21 September 2016. 10. Description/Function: This item cools oil from the engine. 11. Dimensions: 7.27 inches long X 8.44 inches wide X 5.8 inches high, weighing 7.5 lbs. 12. Material: Aluminum 13. Qualified Source: Honeywell International Inc.; Cage 70210 14. First Article: Not applicable to this acquisition. 15. Export Control: Not applicable to this acquisition. 16. Surplus: Not authorized for this acquisition. 17. Contract Type: New Manufacture, Fixed Quantity, Firm Fixed Price 18. Quantity: This requirement has a current required quantity of 14 each, with a quantity range of 04 each to 21 each. The exact quantity to be purchased is unknown at this time; therefore the contractor MUST propose prices for the specific quantity ranges identified in the solicitation, when issued. If the specific quantity ranges identified in the solicitation do not provide the best pricing options, then the contractor may identify quantity ranges that yield the best prices to the Government. The contractor is still required to submit a proposal for the specific quantity ranges identified in the solicitation. The Government will determine the final quantity to purchase prior to negotiations or contract award as applicable. 19. Required Delivery Schedule: 14 Each Monthly Beginning 293 Calendar DARO Contract 20. Destination: DLA Distribution Depot, Tinker AFB, Oklahoma 73145-8000 21. Mandatory Language: The current qualified source is Honeywell International Inc.; Cage 70210. 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. 22. Commerciality: 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. 23. Ombudsman: An ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of 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. The purpose of the ombudsman is to communicate contractor concerns, issues, disagreements and recommendations to the appropriate Government personnel. The ombudsman does not participate in the evaluation of proposals or in the source selection process. 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). 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 office. Interested parties are invited to contact the ombudsman at (405) 734-8241, facsimile (405) 734-8129. 24. 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 Tina Vinson at (405) 734-8128 or email at tina.vinson@us.af.mil. 25. UID marking requirements, IAW DFARS clause 252.211-7003, apply to this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-18-R-0216/listing.html)
 
Record
SN04788269-W 20180113/180111231625-1a31d1d210cc96d470723838ca56b424 (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.