Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
SOLICITATION NOTICE

29 -- SPRAY RING ASSEMBLY

Notice Date
4/25/2018
 
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-0371
 
Response Due
6/9/2018
 
Archive Date
9/7/2018
 
Point of Contact
Nathan Sholund, Phone 405-739-4382, Fax - -, Email nathan.sholund@us.af.mil
 
E-Mail Address
Nathan Sholund
(nathan.sholund@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
1. SPRAY RING ASSEMBLY 2. NSN: 2915-01-333-9600NZ 3. P/N: 4071274 4. Applicable to: F100 5. RFP: SPRTA1-18-R-0371 6. Estimated Issue Date: 10 May 2018 - Estimated Response Date: 09 June 2018 7. PR: FD2030-18-0371 8. AMC: 1C 9. Critical Safety Item: NO 10. Export Control Requirement: YES 11. Qualification Requirements: YES 12: Contractor First Article Testing: Yes 13: NEW MANUFACTURED MATERIAL ONLY 14. The Items, Estimated Quantities and Required Deliveries are as Follows: L/I 0001: INFORMATIONAL L/I. Noun: SPRAY RING ASSEMBLY. Function: Item Description and Function: This item is a circular ring that provides atomized fuel for augmentation. Dimensions: 42.0 inches long x 42.0 inches wide x 7.0 inches high, and weight of 21.0 lbs. Material: Waspaly A Nickel Cobalt Alloy. L/I 0001AA: NEW MANUFACTURED MATERIAL (FIRST ARTICLE WAIVER) - Quantity: 10 EA. Destination: FMS. Delivery: 352 Calendar Days ARO Contract. L/I 0001AB: NEW MANUFACTURED MATERIAL (FIRST ARTICLE WAIVER) - Quantity: 14 EA. Destination: FMS. Delivery: 352 Calendar Days ARO Contract. 15. Mandatory Language: 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. This is a full and open requirement. 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)(i), all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. 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. The Contractor is required to be "Export Controlled" certified to receive and view the drawings for this solicitation. To become certified, register at website www.dlis.dla.mil/jcp (for guidance, go to FAQ). Foreign owned firms are advised to contact Christopher Lally at (405) 734-8112 or email nathan.sholund@us.af.mil before submitting a proposal to determine whether there are restrictions to receiving an award. Award will be made only if the offeror, the product/service, or the manufacturer meets Qualification Requirements at the time of award in accordance with FAR clause 52.209-1. The Government is NOT required to delay contract award to review a pending Source Approval Request (SAR). Therefore, offerors are encouraged to submit SARs AS SOON AS POSSIBLE. If the Government has not completed review of a SAR when the contract is awarded the SAR will be retained and the source will be reviewed for possible source approval for future awards. First Article testing is required to ensure the reliability and integrity of the item and operational safety of the weapon system that uses it. All other offerors can apply for a waiver of First Article approval under the following condition(s): Offerors who have previously furnished production quantities of the same or similar article to the prime contractor for delivery to the Government; offerors who have previously furnished production quantities of the same or similar articles to the Government, provided articles thus furnished, have exhibited satisfactory performance in service in the opinion of the Government; provided not more than 36 months have elapsed since completion of the contract. Note: Determination of acceptability of 'or similar' items may only be made by the engineering office initiating this First Article requirement. 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) 739-4382, facsimile (405) 739-4382. 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 Nathan Sholund at (405) 739-4382 or email at nathan.sholund@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-18-R-0371/listing.html)
 
Record
SN04900353-W 20180427/180425230720-633dea42b296963e3ca423c695c2e7e9 (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.