MODIFICATION
16 -- OVERHAUL OF THE B-2 VENT CONTROL VALVE - Solicitation 1
- Notice Date
- 4/17/2018
- Notice Type
- Modification/Amendment
- 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
- FA8118-18-R-0015
- Response Due
- 5/17/2018 3:00:00 PM
- Point of Contact
- Michael Moucka, Phone: 405-739-5457, Michael Moucka, Phone: 405-739-5457
- E-Mail Address
-
Michael.Moucka@us.af.mil, Michael.Moucka@us.af.mil
(Michael.Moucka@us.af.mil, Michael.Moucka@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Transportation Quality Assurance Packaging GFP Data Item Description Data Item Descrption CAV AF SOW CDRL Report PWS Solicitation B.01 (a) Repair is the disassembly, cleaning, inspection, parts replacement, re-assembly and test IAW the end item's Air Force Technical Orders to ensure the end (item(s) is returned to a serviceable condition.This requirement is for Supplies. The contractor shall furnish all material, plant facilities, labor, parts, equipment, and expertise necessary to perform the repair required to restore the piece(s) of equipment to original life expectancy, or nearly so. The contractor shall also accomplish all necessary packing and preservation and packaging. ALL work shall be completed in accordance with the requirements specified herein (including attachments hereto) and at the unit price(s) established at the time of award. (b) A Pre-Award Survey and/or Initial Production Evaluation (IPE) may be required. Details are provided in Appendix A, paragraphs 1.2 and 1.3 respectively. (c) Qualification requirements apply. Interested vendors that have not been previously qualified for this acquisition must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office @ 405-739-7243. (d) As prescribed in FAR 9.202(e), the contracting officer need not delay a proposed award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification. (e) Offerors are REQUIRED to be "EXPORT CONTROL CERTIFIED" in order to receive and view the drawings and/or technical orders for this solicitation. If your company intends to become Export Control Certified, you may visit http://www.dlis.dla.mil/jcp for registration. Contractors receiving technical data shall be in compliance with DoDI 5230.24. (f) The only contractors who may participate are those that are certified and registered with the Defense Logistics Information Service (DLIS) (1-800-352-3572) and have a legitimate business purpose. In order to receive any technical data related to this acquisition, offerors must be registered with Federal Business Opportunities (FedBizOpps) www.FBO.Gov. Requests for data are to be submitted to ocalc.lgldo.public@us.af.mil for Drawings and directly to the PCO and/or buyer for Technical Orders (TOs). The request shall be on company letterhead and include the applicable solicitation number and the specific data needed (e.g. TO number, drawing number). The request must be accompanied by a copy of the current and Page 4 of 50 FA8118-18-R-0015 approved DD Form 2345. The form, including instructions for completing the form is available on the DLIS website at: http://www.dlis.dla.mil/jcp. The Government is not responsible for misdirected or untimely requests. (g) GOVERNMENT PROPERTY FURNISHED FOR REPAIR (FAR 16.503(c)) Failure of the Government to furnish such items in the amounts or quantities described in the Schedule as "estimated" or "maximum" will not entitle the contractor to any equitable adjustment in price under the Government Property clause of the contract. (h) Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond the remanufacture limits specified in the Work Specification and/or Technical Orders. Any cost for work performed by the Contractor prior to determination that such equipment is beyond these limits, shall be included in the unit price(s) of the listed item(s). (i) Condemned units shall not be counted as production. (j) Dates listed in clauses 252.216-7006 and 52.216-21 are based on the estimated award date.These dates will be revised prior to award based on the actual award date. (k) Item Unique Identification (IUID) marking is required in accordance with DFARS 252.211-7003. Contractor determined location and method for marking is acceptable. B.02 The contemplated contract is a firm-fixed-price Indefinite Delivery Requirements type contract with one (1) one-year basic period and four (4) one-year option periods.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-18-R-0015/listing.html)
- Place of Performance
- Address: Tinker AFB, Oklahoma City, Oklahoma, 73145, United States
- Zip Code: 73145
- Zip Code: 73145
- Record
- SN04891566-W 20180419/180417230635-dc521b0c4c757ee5818383ca623a140a (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 |