Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2019 SAM #6580
SOLICITATION NOTICE

14 -- Inertial Navigation Element Remanufacture - Sole Source to Northrop Grumman

Notice Date
12/3/2019 1:54:06 PM
 
Notice Type
Solicitation
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
FA8128 AFNWC PZN TINKER AFB OK 73145 USA
 
ZIP Code
73145
 
Solicitation Number
FA8128-20-R-0002
 
Response Due
3/3/2020 12:00:00 PM
 
Archive Date
03/18/2020
 
Point of Contact
Tiffany Rodriguez, Phone: 405-739-8823, Troy Archie, Phone: 405-739-8833
 
E-Mail Address
tiffany.rodriguez.4@us.af.mil, troy.archie@us.af.mil
(tiffany.rodriguez.4@us.af.mil, troy.archie@us.af.mil)
 
Description
A 14-YEAR INDEFINITE DELIVERY INDEFINITE QUANTITY TYPE CONTRACT IS CONTEMPLATED.(a) This is a remanufacture meeting the requirements at FAR 22.1003-6(a)(1). The contractor shall furnish all material, plant facilities, labor, parts, equipment, and expertise necessary to perform the remanufacture 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 is hereby WAIVED. The Initial Production Evaluation (IPE) is hereby WAIVED.(c) Qualification requirements do not apply. The Government intends to negotiate with only one source, Northrop Grumman Services Corporation, Cage 06841, under the authority of FAR 6-302-1. CERTIFIED COST OR PRICING DATA IS REQUIRED in accordance with FAR 15.403-4.(d) In order to receive any technical data related to this acquisition, offerors must send an email request to Tiffany Rodriguez at Tiffany.Rodriguez.4@us.af.mil. Release of any data is subject to applicable data rights. The request shall include the applicable solicitation number, the specific data needed (including TO and/or drawing numbers), and a copy of the current, approved DD Form 2345. The form, including instructions for completing the form, is available at:http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. The Government is not responsible for incomplete, misdirected, or untimely requests.(e) 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.(f) "Reparable End Items" are defined as end items which can be restored to a serviceable condition, in accordance with applicable requirements. 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). If the contractor estimates that any item is not reparable (i.e. beyond remanufacture), the Contractor shall promptly notify the administrative contracting officer in writing and shall not perform further remanufacture on any such items except at the direction of the administrative contracting officer (ACO). Upon written confirmation from the ACO that a particular item is not reparable, the contractor shall dispose of the unit in the manner directed by the ACO. Some of the units listed in Section B may, upon disassembly and/or inspection, be determined to be beyond repairable limits specified in the Statement of Work and/or Technical Orders. Any cost for work performed by the Contractor, prior to determination that such equipment is beyond remanufacture limits, shall beincluded in the unit price(s) of the Beyond Economical Remanufacture CLIN. Condemned units will not be counted as production.(g) Item Unique Identification (IUID) marking is required in accordance with DFARS 252.211-7003. Contractor determined location and method of marking is acceptable.(h) This Solicitation is for a 14-year Indefinite Delivery Indefinite Quantity contract consisting of one 3-year ordering period, four 2-year ordering periods and one 3-year ordering period. (See Clauses at 252.216-7006-“Ordering”, 52.216-18”-Ordering”, 52.216-19 -“Order Limitations” and 52.216-22-“Indefinite Quantity”).(i) FAR 52.216-22-“Indefinite Quantity” shall be adjusted by the Contracting Officer at the time of award to reflect a date one year after the expiration date of the contract.(j) FAR 252.216-7006-“Ordering” shall be adjusted by the Contracting Officer at the time of award to reflect the contract effective date through 14 years.(k) FAR 52.216-19 -“Order Limitations”The minimum quantity is 40.The maximum quantity is 550.The minimum quantity dollar value will be negotiated via the first ordering period with a maximum quantity of 550 overall.(l) Ordering Period/Delivery Schedule. This effort is a 14-year contract consisting of one 3-yearordering period, four 2-year ordering periods and one 3-year ordering period. The planned awarddated is September 2020. This is a supply contract with individual Delivery Orders placed as required for remanufacturing efforts.Ordering Period Delivery Schedule1 XX Sept 2020 - XX Sept 20232 XX Sept 2023 - XX Sept 20253 XX Sept 2025 - XX Sept 20274 XX Sept 2027 - XX Sept 20295 XX Sept 2029 - XX Sept 20316 XX Sept 2031 - XX Sept 2034(m) Contract Line Item Structure. The Contract Line Item Numbers (CLINs) listed below are intended to show the anticipated CLIN structure for all Delivery Orders and are for reference only. Sub-Contract Line Item Numbers may be established under CLINs to accommodate various ACRNs, Accounting and Appropriation Data, Variations in end items, etc. This will include a mixture of fixed price incentive firm target (FPIF), firm fixed price (FFP), and not separately priced data CLINs. All references to “X” in the CLIN represent sequential numbering which will correlate to the Ordering Periods.CLIN DESCRIPTION CONTRACT TYPEX001 Remanufacture of INE FPIFX002 Remanufacture of INE FFPX003 Over and Above FFPX004 Data-CDRLS - Not Separately Priced-No Fee NSPX005 Beyond Economical Repair FFP(n) Offerors must clearly identify all proposed deviations from the solicitation requirements and/or exceptions to the terms and conditions. Offerors must also provide complete rationale for all proposed deviations and/or exceptions.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ba19aaebad56493ca98d07a35b6e940f/view)
 
Place of Performance
Address: 67000, UT 84116-2993, USA
Zip Code: 84116-2993
Country: USA
 
Record
SN05507467-F 20191205/191204050232 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.