Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2020 SAM #6785
SOLICITATION NOTICE

28 -- RETAINER, COMPRESSOR

Notice Date
6/25/2020 11:22:50 AM
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
DLA AVIATION AT OKLAHOMA CITY, OK TINKER AFB OK 73145-3070 USA
 
ZIP Code
73145-3070
 
Solicitation Number
SPRTA1-20-R-0210
 
Response Due
8/10/2020 2:00:00 PM
 
Archive Date
06/25/2021
 
Point of Contact
Scott Rountree
 
E-Mail Address
scott.rountree@us.af.mil
(scott.rountree@us.af.mil)
 
Description
� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Synopsis � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �FD2030-20-00670-01 Estimated issue date 10 Jul 2020 and estimated closing/response date 10 Aug 2020. RFP #: SPRTA1-20-R-0210 PR#:� FD2030-20-00670-01 Nomenclature/Noun: RETAINER, COMPRESSOR NSN: �2840-01-205-0569 NZ PN: �4060055 Application (Engine): F100 AMC: 1/C History:� Previously purchased 83 EA per contract SPRTA1-10-D-0009-0001 on 25 Nov 2009. Description: �USED IN COMPRESSOR TO ALIGN 5TH STAGE VANES. Dimensions:� L: 17.0000�; W: 17.0000�; H: 1.0000�, WT: 4.0000 lbs. Material:� AMS 5671 NICKEL BASE ALLOY A firm fixed price contract is contemplated.� The item, estimated quantities and required deliveries are as follows: Quantity: LINE ITEM 0001: PRODUCTION UNITS - RETAINER, COMPRESSOR Destination: SW3211 (TINKER AFB, OK) Delivery: 65 EA ON OR BEFORE 1 JUN 2021 Required Quantity: 65 each LINE ITEM 0002: FIRST ARTICLE TO BE EXPENDED Destination:� SW3211 (TINKER AFB, OK) Delivery: 1 EA ON OR BEFORE 1 JUN 2021 Required Quantity: 1 each LINE ITEM 0003: FIRST ARTICLE TO BE A PART OF PRODUCTION QUANTITY Destination:� SW3211 (TINKER AFB, OK) Delivery: 2 EA ON OR BEFORE 1 JUN 2021 Required Quantity: 2 each LINE ITEM 0004: FIRST ARTICLE TEST PLAN Destination:� FA8111 (TINKER AFB, OK) Delivery: 1 Lot 30 Days ARO Required Quantity: 1 Lot LINE ITEM 0005: FIRST ARTICLE TEST REPORT Destination:� FA8111 (TINKER AFB, OK) Delivery: 1 Lot 120 Days from the date of government approval of test plan. Required Quantity: 1 Lot Qualified Sources: UNITED TECHNOLOGIES CORPORATION D/B/A Pratt & Whitney (Cage: 52661) and STARWIN INDUSTRIES, LLC�(Cage: 63592). Critical Safety Item (CSI) applicability: CSI criteria APPLY to this item. Mandatory Language: In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. The proposed contract action is for supplies in which the Government intends to solicit and negotiate with only one source, or a limited number of sources under the authority of FAR 6.302. This is a full and open requirement. All proposals received within 45 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government.� Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.� Based upon market research, the Government is not using the 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 Government's requirement with a commercial item within 15 days of this notice. First Article (CONTRACTOR) testing is required to ensure the reliability and integrity of the item and operational safety of the weapon system that uses it. Offerors can apply for waiver of First Article approval under the following condition(s): Offerors who have previously furnished production quantities of the same article (provided not more than 36 months have elapsed since completion of the contract) to the Government provided articles thus furnished have exhibited satisfactory performance in service, in the opinion of the Air Force. Government's obligation under this contract is contingent upon the availability of appropriated funds 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. Electronic procedures will be used for this solicitation.� Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at beta.sam.gov. Note: An Ombudsman has been appointed to hear concerns from offers 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 contact the Ombudsman at (405) 734-8241.� DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Qualification Requirements: Sources must be qualified prior to being considered for award. The solicitation will contain instructions for obtaining further information on this requirement. All responsible sources solicited may submit a proposal, which shall be considered. Award will be made only if the offeror, the product, or the manufacturer meets qualification requirements at the time of award in accordance with FAR clause 52.209-1. Interested parties may contact DLA POC for this requirement for information concerning qualification requirements. Export Control Requirements: Offerors are REQUIRED to be ""EXPORT CONTROLLED"" certified in order to receive and view the drawings associated with this solicitation. If an offeror intends to become Export Controlled Certified, a website for registration exists: www.dlis.dla.mil/jcp. The solicitation will be available for download on the release date from beta.sam.gov.� No telephone requests. �Questions concerning this synopsis or subsequent solicitation can be directed to Scott Rountree at scott.rountree@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9cb3174a67a94f9cbfdf70b6bd7a7342/view)
 
Record
SN05703210-F 20200627/200625230152 (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.