Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 27, 2021 SAM #7058
SOLICITATION NOTICE

J -- Fuel Vent Control Valve for B-2

Notice Date
3/25/2021 1:21:14 PM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
FA8118 AFSC PZABB TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FA8118-21-R-0032
 
Response Due
4/6/2021 1:00:00 PM
 
Archive Date
02/04/2022
 
Point of Contact
Eric Romero, Phone: 4057365555
 
E-Mail Address
eric.romero.11@us.af.mil
(eric.romero.11@us.af.mil)
 
Description
The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating the Overhaul, TT&E and Repair of B-2 Fuel Vent Control Valve A firm fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) contract� The requirements set forth in this notice are defined per Purchase Request FD2030-20-01382 as follows: Written response is required. 5 Year Basic Item 0001: Overhaul and Material Overlay VALVE ASSEMBLY,MANI,; NSN: 4810-01-380-9046FW P/N 2880001-105; Best estimated quantity is 5 EA MINIMUM and 75 EA MAXIMUM. Item 0002: Overhaul Only Item 0003: Teardown Test and Evaluate (TT&E) Item 0004: Repair (TBN) Item 0005: Over and Above (O&A) Item 0006: Data and Reports / Not separately priced (NSP) 5 Year Option Item 1001: Overhaul and Material Overlay VALVE ASSEMBLY,MANI, 5-year option ordering period; NSN: 4810-01-380-9046FW P/N 2880001-105; Best estimated quantity is 5 EA MINIMUM and 75 EA MAXIMUM. Item 1002: Overhaul Only Item 1003: Teardown Test and Evaluate (TT&E) Item 1004: Repair (TBN) Item 1005: Over and Above (O&A) Item 1006: Data and Reports / Not separately priced (NSP) Function:� Vent control valve used to control both positive and negative pressure in the fuel tank during ascent and descent.� Dimensions:� 10� H x 11.40� W x 11.8� L and weighs 13.7 lbs.� Material: Aluminum, Alloy. Delivery:�The first delivery order will be 5EA 800 days after receipt of order (ARO) or Repairable Assets, whichever is later. All other orders will follow the states delivery schedule 2 each every 30 days after receipt of order (ARO) or Repairable Assets, whichever is later.� Early delivery is acceptable. Ship To:� Shipping instructions will be provided by the Production Management Specialist (PMS) prior to any shipments of serviceable assets. Duration of Contract Period:5-year basic ordering period with one 5-year option ordering period is contemplated.� 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.� Current approved sources include: PARKER-HANNIFIN CORPORATION��������������� CAGE CODE: 82106 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.����������� In order to receive any technical data related to this acquisition, offerors must be registered with Beta.SAM at https://beta.sam.gov/ �Requests for data are to be submitted to aflcmc.ezgtp.PubSale@us.af.mil [HSVNUAA1]�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. This requirement is currently a sole source requirement to Parker-Hannifin Corporation (Cage 59211).� The RMC/RMSC is R3/R. Set-aside: N/A The Government intends to issue solicitation FA8118-21-R-0032 on or about 6 April 2021 with a closing response date of 21 May 2021 and estimated award date of on or about 2 December 2021.� This notice does not in itself represent the issuance of a formal request for proposal and is not intended to be taken as such.� Based upon market research, the Government will not be 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.� In accordance with FAR 5.207(c)(16)(ii), when using the sole source authority at 6.302-1, all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. All questions regarding this notice are to be submitted in writing via E-mail to Eric Romero eric.romero.11@us.af.mil.� 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.� Prospective offerors must comply with all the requirements of the solicitation and any attachments thereto to be considered responsive.� 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.� Also offerors must specify whether they are a U.S. or foreign-owned firm. OMBUDSMAN (AUG 2005) (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. Electronic procedures will be used for this solicitation. Primary Point of Contact: Eric Romero; Email: eric.romero.11@us.af.mil Alternate Point of Contact: Shirley Harmon; shirley.harmon.1@us.af.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d793791c2edb4d48ba2b308a6b2177a4/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN05953320-F 20210327/210325230114 (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.