Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
SOLICITATION NOTICE

16 -- CONTROL ASSEMBLY,AN

Notice Date
3/8/2018
 
Notice Type
Presolicitation
 
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
SPRTA1-18-R-0136
 
Archive Date
2/28/2018
 
Point of Contact
Deborah Teubert, Phone 405-734-8118, Fax 405-734-8129, Email deborah.teubert@tinker.af.mil
 
E-Mail Address
Deborah Teubert
(deborah.teubert@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PR Number(s): FD20301701370 Line Item: 0001 NSN: 1660004746402 CONTROL ASSEMBLY,AN P/N: 1239-1A, Description: The regulator is designed to prevent the formation of ice on airfoil surfaces of aircraft by regulat... Supp. Description: Metal chassis with electronic components attached. Best Estimated Qty: 9.0000 EA Applicable to: None PR Number(s): FD20301701370 Line Item: 0001AA NSN: FA Control Assembly Description: NSN: 1660-00-474-6402 Quantity: 3.0000 EA Delivery: *270 Calendar Days *ARO Written Notice of Award Destn: FY2303,TINKER AFB,OK,73145-9156. Quantity: 3.00 Unit of Issue: PR Number(s): FD20301701370 Line Item: 0001AB NSN: 1660004746402 CONTROL ASSEMBLY,AN P/N: 1239-1A, Description: The regulator is designed to prevent the formation of ice on airfoil surfaces of aircraft by regulat... Supp. Description: Metal chassis with electronic components attached. Best Estimated Qty: 6.0000 EA Applicable to: None Delivery: 31 DEC 2019 On or Before Destn: SW3211,TINKER AFB,OK,73145-8000. Quantity: 6.00 Unit of Issue: EA Duration of Contract Period: 1 YEAR Electronic procedure will be used for this solicitation. IAW FAR 5.207(c)(16)(ii), All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency Synopsis FD2030-17-01370 1.Estimated solicitation issue date 2 April 2018 of RFP SPRTA1-18-R-0136 with an estimated response date of 1 May 2018 2.PR#: FD2030-17-01370 3.Nomenclature/Noun: Control Assembly 4.NSN: 1660-00-474-6402 5.PN: 1239-1A 6.Application (Engine or Aircraft): B-52 7.AMC: 5D 8.Qualified Sources: Honeywell (97896) and Aero International (0SML3) 9.History: No procurement history 10.Description/Function: Regulator is designed to prevent the formation of ice on airfoil surfaces of aircraft by regulating the temperature of those surfaces. 11.Dimensions: 5.0" (L) x 4.0" (W) x 4.0" (H) and weighs 4.2 (LBs) 12.Material: Metal 13.Small Business Set-Aside: Applicable 14. Qualification Requirements: Not Applicable 15.First Article: Applicable 16.Export Control: Not Applicable. Foreign owned firms are advised to contact the contracting officer or program manager before submitting a proposal to determine whether there are restrictions on receiving an award. 17.Award Type: Firm Fixed-Price Fixed-Quantity 18.Total Line Item(s) Quantity: L/I 0001 - 9 each with 3 each FAT 19.Required Delivery: 9 each total on or before 31 December 2019 Destination: SW3211 20.Point of contact: Deborah Teubert (405) 734-8118 DLA-Aviation/AOBB 3001 Staff Dr. Suite 2AG1109B Tinker AFB OK 73145 21.Mandatory Language: Authority: 10 U.S.C. 2304(c)(1). 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. Therefore, the Government intends to solicit and negotiate with only one or a limited number of sources under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. 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 52.225-3, Buy American Act - Free Trade Agreements, one or more of these items under this acquisition is subject to the Free Trade Agreement. 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. 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 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 potential prime contractors but could if otherwise eligible participate as subcontractor(s). Due to the complexity and criticality of this part, only actual manufactures that have successfully completed all testing required by the original company responsible for the design, or manufacturers that have successfully completed all testing on items determined by the government to be similar in complexity and criticality and can be considered approved sources for this item. 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 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 call the Ombudsman at (405) 734-8241. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. 22.UID: If unit price exceeds $5,000.00 then UID requirements will apply.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-18-R-0136/listing.html)
 
Record
SN04848709-W 20180310/180308232115-75e0f8d84d3b66e229931b92ecb1f983 (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.