Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2020 SAM #6632
SOLICITATION NOTICE

48 -- REMANUFACTURE/UPGRADE KC135 BUTTERFLY VALVE

Notice Date
1/24/2020 7:32:51 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8118 AFSC PZABB TINKER AFB OK 73145 USA
 
ZIP Code
73145
 
Solicitation Number
FA811820R0014
 
Archive Date
07/31/2020
 
Point of Contact
Ruji (Julie) Rumery, Phone: 4057399444
 
E-Mail Address
ruji.rumery@us.af.mil
(ruji.rumery@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
All questions regarding this notice and requirement are to be submitted in writing via E-mail or Fax to the point(s) of contact specified herein.� All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s).� Vendor identities will not be disclosed. All offerors are to specify in their response whether they are a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business. Offerors must specify whether they are a U.S. or foreign-owned firm. The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the procurement of Remanufacture and upgrade of the Butterfly Valve for the KC-135 NSN 4810-01-574-2256.� The contractor shall provide all labor, facilities, equipment and all material to accomplish the work. The work encompasses the disassembly, cleaning, inspection, maintenance re-assembly, testing, and finishing actions required to repair the item in accordance with the solicitation requirements and all attachments. �A Firm Fixed Price, Best Estimated Quantity, Requirements contract is contemplated.� The requirements set forth in this notice are defined per Purchase Request FD20301900652. Solicitation number: FA8118-20-R-0014 Estimated issue date:� 12 February 2020 Estimated closing date: 12 March 2020 Nomenclature/Noun:� Remanufacture/upgrade of Butterfly Valve for KC135 NSN: 4810-01-574-2256RK RMC / RMSC:� R1/C Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY.� For qualification information/source approval requests contact the Source Development Office, OC-ALC/SB (405) 739-7243.� Award will be based on meeting our requirements and cannot be delayed pending qualification of additional sources.� 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.� Manufacturer / PN:� Function:� Fuel Pressure regulator valve used to regulate fuel pressure in an aerial refueling system of a tanker aircraft� Material:� Aluminum alloy History: NAICS:� 336413 Item, Quantity, Delivery: L/I X001: Remanufacture of Butterfly Valve for KC135 NSN 4810-01-574-2256RK/60899-2 Best Estimated Quantity (BEQ): 5 each year Base ��� BEQ���� 5 EA���� Opt 1��� BEQ���� 5 EA Opt 2��� BEQ���� 5 EA Opt 3��� BEQ���� 5 EA Opt 4��� BEQ���� 5 EA Total BEQ: 25 Delivery: 3 EA Per Month, 30 days ARO/REPS Early delivery is acceptable L/I X002: Upgrade of Butterfly Valve for KC135 input NSN 4810-01-101-8702RK/60899-1 output NSN 4810-01-574-2256RK/60899-2 Best Estimated Quantity (BEQ): 15 each year Base ��� BEQ���� 15 EA�� Opt 1��� BEQ���� 15 EA Opt 2��� BEQ���� 15 EA Opt 3��� BEQ���� 15 EA Opt 4��� BEQ���� 15 EA Total BEQ: 75 Delivery: 3 EA Per Month, 30 days ARO/REPS Early delivery is acceptable L/I X003: Over and Above Quantity: To Be Negotiated (TBN) Delivery: TBN L/I X004: Data and Reports Quantity: 1 LOT Not Separately Priced Destination:� In accordance with CDRLs 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 https://public.logisticsinformationservice.dla.mil/jcp/search.aspx 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: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx.� The Government is not responsible for misdirected or untimely requests.� The government intends to award this competitive contract using Price Only source selection of qualified vendors.� All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. In accordance with FAR 22.10003-6(a)(1), this remanufacture shall be deemed to be manufacturing.� As such, this will be considered as a �supply� type acquisition. Set-aside:� 100% Small Business UID:� If unit price of item (not remanufacture cost) exceeds $5,000, then UID requirements will apply.� Please see DFARS 252.211-7003 for further requirements for UID marking. Electronic procedures will be used for this solicitation.� 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 parties 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. 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 the Ombudsman at 405-736-3273.� DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. All questions regarding this notice and requirement are to be submitted in writing via E-mail or Fax to the point(s) of contact specified herein.� All questions submitted to this office are subject to be posted in this notice along with the appropriate response(s).� Vendor identities will not be disclosed.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b6606302b8c841c886c336f0fc81634c/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05543266-F 20200126/200124230148 (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.