Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2020 SAM #6918
SOLICITATION NOTICE

28 -- F108 Low Pressure Turbine Shaft Assembly Module 14

Notice Date
11/5/2020 11:15:14 AM
 
Notice Type
Solicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
FA8122 AFSC PZAAB TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FA8122-20-R-0003
 
Response Due
12/3/2020 1:00:00 PM
 
Archive Date
12/18/2020
 
Point of Contact
Ryan McCabe - Contract Specialist, Phone: 405-739-5490, Chris Matthews - Contracting Officer, Phone: 405-734-4627
 
E-Mail Address
ryan.mccabe.2@us.af.mil, christopher.matthews.22@us.af.mil
(ryan.mccabe.2@us.af.mil, christopher.matthews.22@us.af.mil)
 
Description
The anticipated firm-fixed-price type contract will be Indefinite Delivery Indefinite Quantity (IDIQ) and include a 1-year (12 Month) basic ordering period and four 1-year option ordering periods. For the Remanufacture specified in the schedule and as outlined in the attachments thereto. This competitive acquisition will be conducted utilizing price as the only evaluated factor. Contract award will be made to the Offeror with the lowest Total Evaluated Price (TEP). The offer shall be compliant with the requirements as stated in the Statement of Work (SOW). Non-conformance with the instructions provided in the Instructions to Offeror (ITO) may result in an Offeror being ineligible for award. Offerors shall provide evidence of qualification in accordance with FAR 52.209-1. Please see attachment 7, ""RQR"" for more information. Offerors shall complete the Pricing Matrix (Attachment 1). Offerors must ensure all required proposed pricing is provided, ensuring all ordering periods are�priced. Any omission of required pricing may result in an unfavorable proposal evaluation. An incomplete Pricing Matrix (Attachment 1) will be considered unreasonable. Basic Period:� � � � 19 JAN 2021 - 18 JAN 2022* Option Period 1:� 19 JAN 2022 - 18 JAN 2023* Option Period 2:� 19 JAN 2023 - 18 JAN 2024* Option Period 3:� 19 JAN 2024 - 18 JAN 2025* Option Period 4:� 19 JAN 2025 - 18 JAN 2026* *Dates to be confirmed upon contract award. This is a Remanufacture requirement. No Government Furnished Material (GFM) shall be provided for remanufacture CLINs and subCLINs. Contractor Furnished Material (CFM) is required for all remanufacture and/or replacement parts, sets, kits, or outfits described herein. The contractor shall furnish and deliver to the Government the supplies necessary to perform the following in accordance with the Terms and Conditions contained in this contract. Upon receipt of an order, the Contractor shall furnish all plant, labor and equipment, and technical expertise to perform the remanufacture described herein. All such items as may be set forth on order issued by the Government hereunder shall be remanufactured, modified, tested, and prepared for storage and shipped to the Government. Notes: 1. Some of the units listed below, upon disassembly and/or inspection, may be determined to be beyond repairable limits specified in the work specifications and/or technical orders. Any cost for work performed by the Contractor, prior to the determination that such equipment is beyond repairable limits, shall be included in the unit price of the listed item. CONDEMNED UNITS WILL NOT BE COUNTED AS PRODUCTION. 2. GOVERNMENT PROPERTY FURNISHED FOR REMANUFACTURE (IAW FAR 16.503(c)): Failure of the Government to order such items set forth as Best Estimated Quantities and Maximum Quantities in the Schedule shall not entitle the contractor to any equitable adjustment in price under the Government Property clause of the contract. 3. CONTRACTOR FURNISHED MATERIAL (CFM): The Statement of Work (SOW), including paragraph 1.4 ""Remanufacture Procedures"", contains information regarding authorized sources for component parts. The SOW is included in Section J as Attachment 6. Offerors may want to conduct a market analysis of component part availability when establishing unit prices. 4. Accelerated delivery is desirable and acceptable. 5. The Best Estimated Quantities (BEQ) set forth in all CLINs DO NOT in any way describe this requirement and should not be used in connection with the offeror�s price proposal except as follows. The stated BEQs and Amount headers are included solely to evaluate offeror price proposals and will only be used by the government to evaluate offeror price proposals and as a check to ascertain potential mistakes in bid. Offerors are required to complete the Pricing Matrix attached to this solicitation in accordance with Addendum to 52.212-1, Instructions to Offerors. OFFERORS SHOULD ONLY CONSIDER THE MINIMUM QUANTITIES AND MAXIMUM QUANTITIES IN ESTABLISHING THEIR UNIT PRICES. See FAR 16.504. The contract minimum quantity for subCLIN 0001AA Remanufacture is 10 EA. The contract maximum quantity for subCLIN 0001AA Remanufacture is 720 EA. The contract minimum quantity for subCLIN 0001AB Replace LPT Stub Shaft MOD 14 is 1 EA. The contract maximum quantity for subCLIN 0001AB Replace LPT Stub Shaft MOD 14 is 10 EA. The contract minimum quantity for subCLIN 0001AC Replace LPT Shaft MOD 14 is 1 EA. The contract maximum quantity for subCLIN 0001AC Replace LPT Shaft MOD 14 is 10 EA. This solicitation is hereby amended to extend the proposal due date from 18 Nov 2020 at 3:00PM CST to 03 Dec 2020 at 3:00PM CST, include Statement of Work Revision 4, and the Government's response to Industry questions. Any questions must be submitted to the Contracting Officer NLT 18 Nov 2020 at 3:00PM CST.�Questions submitted after will not be entertained. Proposals are due NLT 03�Dec�2020 at 3:00PM CST to the persons listed in the Contact Information section of this posting.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/38a469ca9f7a4160a606775b99e47fee/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN05847174-F 20201107/201105230144 (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.