Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
SOLICITATION NOTICE

16 -- CYLINDER ASSEMBLY, A

Notice Date
8/29/2018
 
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
SPRTA1-19-R-0004
 
Archive Date
11/30/2018
 
Point of Contact
JAMES L. CHANDLER, Phone: 4057394440
 
E-Mail Address
james.chandler@us.af.mil
(james.chandler@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
•1. Estimated Solicitation issue date is 13 Sep 2018 with an estimated closing/response date of 29 Oct 2018. It is the intention of DLA Aviation at Oklahoma City to allow a 45-Day Solicitation period for Boeing Rights Guard applicable acquisitions with days 1 through 15 being allotted to allow time for additional potential sources to submit requests for, and receive, the BRG Technical Data Package CD-ROM. This additional time over-and-above the standard 30-day Solicitation timeframe is a courtesy and serves as constructive notice that it is the affirmative responsibility of potential offerors to monitor the FBO and quickly process requests for the BRG Technical Data Package CD-ROM and that Solicitation Closing Dates WILL NOT be extended for the sole-purpose to allow for additional time to propose. •2. Request for Proposal #: SPRTA1-19-R-0004 •3. Purchase Request: FD2030-19-00042, FY19 Advance US Air Force Requirement. Availability of Funds clause 52.232-19 applies. •4. Nomenclature/Noun: CYLINDER ASSEMBLY, A •5. NSN: 1650-01-083-3837 •6. Part Number: 65-20892-17 •7. Application (Engine or Aircraft): KC-135 Aircraft •8. Acquisition Method Code (AMC): 1/G; Full and Open Competitive Acquisition for the Second or Subsequent Time. Acquisition is subject to Boeing Rights Guard (BRG) restrictions and procedures. Information concerning procedures to request/obtain the BRG Technical Data Package via a CD-ROM as well as the applicable points-of-contact will be outlined on the solicitation itself, when issued. •9. History: Previously purchased 49 each from Cage 75201 on Delivery Order FA8103-08-D-0006-0001, awarded on 31 Jan 2008. •10. Description/Function: Applies pneudraulic pressure from thrust reverser system to actuate the fan reverser to forward a reverse thrust. •11. Dimensions: Approximately 14.5 inches in length, 3.0 inches in width, 3.0 inches in height. •12. Material: Steel •13. Sources / Qualified Sources (if Qualification Requirements Apply): Total Small Business Set A-Side, Export Controlled Certification, and Boeing Rights Guard Certification required. •14. Qualification Requirements (QR's): QR's are NOT applicable to this acquisition. •15. First Article: N/A. First Articles are NOT required for this acquisition. •16. Export Control: YES. If identified as being applicable, you are REQUIRED to be "EXPORT CONTROLLED" certified in order to receive and view the Technical Data Package / drawings for this solicitation. If your company intends to become Export Control Certified, a web site for registration exists: http://www.dlis.dla.mil/jcp/. 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. Access to the Technical Data Package for this acquisition is restricted to potential offerors who have met the requirements to view/receive Export Controlled data as well as satisfying the requirements under the Boeing Rights Guard controls and procedures to receive/view the Bid-Set package via a Boeing Rights Guard CD-ROM. •17. Award of a New Manufacture, fixed-quantity contract is contemplated. The current requirement is for 89 units. However, the requirement has a possibility of a final buy quantity within a range of 23ea to 134ea units. The Government intends to award to a single manufacturing source. Surplus IS NOT authorized for this procurement and if offered, will NOT be considered for this procurement. DESIRED Delivery: rate of 25ea per month, beginning 560 Days ARO. REQUIRED Delivery: rate of 25ea per month, beginning 560 Days ARO. Delivery Destination: US Government / DLA Distribution Depot Hill, Hill AFB (SW3210). •18. Mandatory Language: Written procedures will be used for this solicitation. Electronic submission of completed/signed proposals via scanned PDF through e-mail to the contracting officer is authorized. DLA OMBUDSMAN (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for 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. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) 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). (c) The Competition Advocate (CA) at each contracting activity/office (as defined in DLAD 2.101) shall act as the ombudsman and attempt to resolve contractor complaints. DLA AVIATION AT OKLAHOMA CITY CA/Ombudsman can be reached at 405-855-3556, facsimile (405) 734-8129. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Complaints which cannot be so resolved shall be forwarded to the HQ through J-72 for resolution by the DLA competition advocate. Each activity is responsible for developing procedures for executing the duties and responsibilities. (d) The ombudsman has no authority to render a decision that binds the agency. (e) 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. •19. UID marking requirements IAW DFARS clause 252.211-7003 shall apply to this acquisition if the unit price is $5K or more. •20. This procurement IS a Total 100% Small Business Set Aside. •21. This solicitation will include DLAD provision 52.215-9023 for Reverse Auction. Since a Reverse Auction may be conducted IF in the best interest of the Government, offerors are encouraged to access the ProcureX system to self-register and review the available training tools at: dla.procurexinc.com to learn more about how to participate in an auction. Offerors who do not self-register will be loaded at the time of auction by DLA, if conducted. •22. Based upon market research the Government is NOT using the policies contained in FAR 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 Governments requirement with a commercial item within 15 days of this notice. •23. Government's obligation under this contract is contingent upon the availability of FY19 appropriated funds, IAW FAR 52.232-19, 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. •24. DFARS clause 252.225-7001, Buy American and Balance of Payments Program is applies to this acquisition. •25. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/SPRTA1-19-R-0004/listing.html)
 
Place of Performance
Address: TBD - Competitive, United States
 
Record
SN05061586-W 20180831/180829231213-b62684680782a3fe2e57ba52218dac04 (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.