Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2019 SAM #6594
SOLICITATION NOTICE

16 -- SERVOVALVE, HYDRAULIC (NSN 1650-01-013-4959 HS): Sole-Source Woodward HRT, Inc. - Cage 81873

Notice Date
12/17/2019 10:49:14 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT OKLAHOMA CITY, OK TINKER AFB OK 73145 USA
 
ZIP Code
73145
 
Solicitation Number
SPRTA1-20-R-0061
 
Response Due
2/3/2020 1:00:00 PM
 
Archive Date
04/30/2020
 
Point of Contact
JAMES CHANDLER, Phone: 405-739-4440
 
E-Mail Address
james.chandler@us.af.mil
(james.chandler@us.af.mil)
 
Description
1. Estimated Solicitation issue date is 3 JAN 2020 and the estimated closing/response date is 3 FEB 2020. 2. Request for Proposal #: SPRTA1-20-R-0061 3. Purchase Request #: FD2030-20-00123 4. Nomenclature/Noun: Hydraulic Servovalve 5. NSN: 1650-01-013-4959 HS 6. Part Number: 2733574 / (Woodward Reference Number 22253974-001) 7. Application (Engine or Aircraft):A-10 Aircraft 8. AMC: 3B - Acquire, for the second or subsequent time, directly from the actual manufacturer - This must be acquired from a manufacturing source(s) specified on a source control drawing. 9. Description/Function: Two stage, four-way, electrohydraulic flow control valve which controls pressure. 10. Dimensions: Approximately 1.60 inches in length, 1.40 inches in width, 1.50 inches in height, and 0.39 lbs. in weight. 11. Material: steel with aluminum and rubber. 12. Approved Source: Cage Code 81873 � Woodward HRT, Inc. 13. Qualification requirements are NOT applicable. 14. First Article is NOT required. 15. Export Control does NOT apply. 16. Critical Application Item (CSI) applicability: NSN is a CSI item and CSI criteria APPLY to this item. 17. US Air Force Requirement.� Award of a New Manufacture Fixed-Quantity, Firm Fixed-Price contract is contemplated.� Surplus IS NOT authorized for this for this procurement. Line Item 0001: Estimated Quantity of 56 Units with a final award range of Min 14 Units up to a Max of 84 Units / US Air Force requirement.� Required Delivery: on or before 6 MAR 2020.� Early / consolidated deliveries acceptable.� Destination: DLA Distribution Depot Hill, Hill AFB, UT (SW3210) 18. Surplus WILL NOT be considered for this for this procurement as Surplus IS NOT authorized for this procurement. 19. Mandatory Language: 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 - AOCA's CA/ombudsman can be reached at (405) 855-3556, facsimile (405) 734-8129. 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 Officer. 20. IUID: IUID marking requirements IAW FAR Clause 252.211-7003 is mandatory regardless of unit-price. 21. Small Business Set Aside: Not Applicable 22. This solicitation shall utilize the procedures at FAR 15 for non-commercial acquisitions.� Based upon market research, the Government is not using policies contained in 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 Governments requirement with a commercial item within 15 days of this notice. 23. Subject to the Buy American Act / Balance of Payments Program. 24. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/d165c82b3d3a4685b7a6a93c82fe4da7/view)
 
Place of Performance
Address: CA, USA
Country: USA
 
Record
SN05519046-F 20191219/191217230150 (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.