Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 20, 2018 FBO #5992
MODIFICATION

16 -- Synopsis for KC-135 and B-52 Multiple New Manufacture Items - Synopsis

Notice Date
4/18/2018
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DEPARTMENT OF THE AIR FORCE; 3001 STAFF DR STE 1AC4 99A; TINKER AFB; OK; 73145
 
ZIP Code
73145
 
Solicitation Number
FA8118-18-R-0036
 
Response Due
4/12/2018
 
Archive Date
7/11/2018
 
Point of Contact
Rachel Silva, Phone: 4057394466
 
E-Mail Address
rachel.silva.1@us.af.mil
(rachel.silva.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis for KC-135 and B-52 Multiple New Manufacture Items The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the purchase of new manufacture related to B-52 and KC-135 aircraft. A firm fixed price, fixed quantity type contract is contemplated. This is a sole source requirement to Parker-Hannifin Corporation (Cage 82106). The requirements set forth in this notice are defined per Purchase Requests (FD2030-18-01317, FD2030-18-01319, FD2030-18-01320, and FD2030-18-00273) as follows: Written response is required. Purchase Request: FD2030-18-01317 Item 0005: Servocylinder NSN: 1650-01-019-9060HS; Applicable to KC-135 aircraft for a fixed quantity of 10 each. AMC/AMSC: 3/P Function: Cylinder assembly for the KC-135 Rudder PCU Dimensions: 18.00" L x 6.00" W x 6.00" H and weighs 5.00 lbs. Material: Aluminum Delivery: 2 units on 19 June 2018; 2 units on 19 July 2018; 2 units on 19 August 2018; 2 units on 19 September 2018; 2 units on 19 October 2018. Early delivery is acceptable. Ship To: DLA Distribution Depot, Hill AFB, Utah 84056 Duration of Contract Period: 19 May 2018 - 19 October 2018 Purchase Request: FD2030-18-01319 Item 0001: Remote Control Lever NSN: 1680-01-189-1446HS; Applicable to KC-135 aircraft for a fixed quantity of 9 each. AMC/AMSC: 3/D Function: Lever goes onto NHA (Rudder PCU). Dimensions: 9.75" L x 4.00" W x 1.3125" H and weighs 1.70 lbs. Material: Aluminum and Steel Alloy. Delivery: 3 units on 19 June 2018; 3 units on 19 July 2018; 3 units on 19 July 2018. Early delivery is acceptable. Ship To: DLA Distribution Depot, Hill AFB, Utah 84056 Duration of Contract Period: 19 May 2018 - 19 July 2018 Purchase Request: FD2030-18-01320 Item 0002: Rig Connecting Link NSN: 3040-01-188-3622HS; Applicable to KC-135 aircraft for fixed quantity of 17 each. AMC/AMSC: 4/D Function: Goes onto NHA (Rudder PCU) lever arm. Dimensions: 9.75" L x 4.00" W x 1.00" H and weighs 1.70 lbs. Material: Aluminum and Steel Alloy. Delivery: 5 units on 19 June 2018; 5 units on 19 July 2018; 5 units on 19 August 2018; 2 units on 19 September 2018. Early delivery is acceptable Ship To: DLA Distribution Depot, Hill AFB, Utah 84056 Duration of Contract Period: 19 May 2018 - 19 September 2018 Purchase Request: FD2030-18-00273 Item 0003: Manifold Assembly NSN: 1650-01-188-7070HS; Applicable to KC-135 aircraft for fixed quantity of 14 each. AMC/AMSC: 3/R Function: Part of the rudder actuator that positions the aircraft rudder in response to mechanically or electronically transmitted commands. Dimensions: 14.00" L x 5.00" W x 7.00" H and weighs 16.00 lbs. Material: Aluminum. Delivery: 14 units on 27 March 2019. Early delivery is acceptable Ship To: DLA Distribution Depot, Hill AFB, Utah 84056 Duration of Contract Period: 19 May 2018 - 27 March 2019 Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY. For qualification information/source approval requests contact the Source Development Office, OC-ALC/SB (405) 739-7243. Award will be based on meeting our requirements and cannot be delayed pending qualification of additional sources. Part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from approve sources. Current approved sources include: PARKER-HANNIFIN CORPORATION CAGE CODE: 82106 Export Control: N/A This is a sole source requirement to Parker-Hannifin Corporation (Cage 82106). Set-aside: N/A Based upon market research, the Government will not be using policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. Interested parties 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. After the 15 days have lapsed, an oral solicitation will be sent to the OEM directly. In accordance with FAR 5.207(c)(16)(ii), when using the sole source authority at 6.302-1, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All questions regarding this notice are to be submitted in writing via E-mail. All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s). Vendor identities will not be disclosed. Prospective offerors must comply with all the requirements of the solicitation and any attachments thereto to be considered responsive. All offerors are to specify in their response whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business. Also offerors must specify whether they are a U.S. or foreign-owned firm. OMBUDSMAN (AUG 2005) (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 405-736-3273. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Electronic procedures will be used for this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8118-18-R-0036/listing.html)
 
Place of Performance
Address: Tinker AFB, Oklahoma, 73145, United States
Zip Code: 73145
 
Record
SN04893613-W 20180420/180418230830-fcf9653875a37b98fec6d1770a544e2c (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.