Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2019 SAM #6582
SOLICITATION NOTICE

61 -- FA811819R0046 Repair/Overhaul of T38 Electro-Mechanical Actuator, NSN: 1680-01-372-5194FW

Notice Date
12/5/2019 8:53:49 AM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8118 AFSC PZABB TINKER AFB OK 73145 USA
 
ZIP Code
73145
 
Solicitation Number
FA811819R0046
 
Response Due
1/6/2020 1:00:00 PM
 
Archive Date
01/21/2020
 
Point of Contact
Ruji (Julie) Rumery, Phone: 4057399444, SCOTT W. VAN HOUTEN
 
E-Mail Address
ruji.rumery@us.af.mil, scott.van_houten@us.af.mil
(ruji.rumery@us.af.mil, scott.van_houten@us.af.mil)
 
Description
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Repair/Overhaul of the T-38 Electro-Mechanical Actuator. A firm fixed price Indefinite Delivery Requirements type contract is contemplated with a one-year basic and four-one year options. The requirements set forth in this notice are defined per Purchase Request FD2030-19-00988 as follows:Written response is required.1. Line Items as Follows:Item 0001: Tear Down, Test & Evaluation of Electro-Mechanical ActuatorBasic Year plus Four - 1 Year Options; NSN: 1680-01-372-5194 FW, P/N: 756766Applicable to T-38 Aircraft for a best estimated quantity (BEQ) of Base Year - 1 each/year and Option Year I - 1 each/year, Option Year II - 1 each/year, Option Year III - 1 each/year and Option Year IV - 1 each/year.Delivery:Line Item 0001: Deliver unit(s) 1 each 60 days after receipt of delivery order and reparable units; until production is complete. Early delivery is acceptable.Ship To: Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets.Item 0002: Overhaul of Electro-Mechanical Actuator: Quantity 1 eachBasic Year plus Four - 1 Year Options; NSN: 1680-01-372-5194 FW, P/N: 756766Applicable to T-38 Aircraft for a best estimated quantity (BEQ) of Base Year - 1 each/year and Option Year I - 1 each/year, Option Year II - 1 each/year, Option Year III - 1 each/year and Option Year IV - 1 each/year.Delivery:Line Item 0002: Deliver unit(s) 1 each 18 months after receipt of delivery order and reparable units; until production is complete. Early delivery is acceptable.Ship To: Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets.Item 0003: Over and Above, To Be Negotiated (as needed)Item 0004: Data, Not Separately Priced.2. The Government intends to issue solicitation FA8118-19-R-0046 on or about 14 June 2019 with a closing response date of 14 July 2019 and estimated award date of on or about 30 September 2019. This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such.3. RMC: R3/R.4. Qualification Requirements: 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 at 405-739-7243. 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. 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.5. In order to receive any technical data related to this acquisition, offerors must send an email request to Ruji Rumery at ruji.rumery@us.af.mil. Release of any data is subject to applicable data rights. The request shall be on company letterhead and 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 misdirected or untimely requests.6. Set-aside: N/A7. Export Control: 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.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 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. 8. UID Note to Contractor: If unit price exceeds $5,000, then UID requirements will apply.9. 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 Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICATION REQUESTS.Electronic procedures will be used for this solicitation. No telephone requests. Only written or emailed requests received directly from the requestor are acceptable.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/19528c8104814be982d072db64d8ba99/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05510321-F 20191207/191205230248 (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.