Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

J -- Overhaul of TH-1H Transmission

Notice Date
4/7/2021 11:38:26 AM
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
FA8524 AFSC PZAAA ROBINS AFB GA 31098-1670 USA
 
ZIP Code
31098-1670
 
Solicitation Number
FA8524R0001
 
Response Due
5/4/2021 1:00:00 PM
 
Archive Date
05/19/2021
 
Point of Contact
Tosha L. Taylor, Phone: 4789260146, Howard Carroll, Contracting Officer, Phone: 4789260152
 
E-Mail Address
tosha.taylor.2@us.af.mil, howard.carroll.1@us.af.mil
(tosha.taylor.2@us.af.mil, howard.carroll.1@us.af.mil)
 
Description
Solicitation posted on 22 Jan 21. The response date is 22 Feb 21. The Notice ID on the Header Information is incorrect. The correct Notice ID�is�FA852421R0001.� The Government intends to solicit for a competitive acquisition to obtain a firm fixed-price requirements contract for commercial items to overhaul the Transmission Assembly of the TH-1H helicopter in accordance with FAR Part 12. This component is a Critical Safety Items (CSI) and require that the overhaul must strictly adhere to the specifications outlined in their respective technical orders (T.O. 3R7-2-6-3). The Government owns the data rights and all required overhaul data for the Transmission Assembly.� Any potential vendors may be approved for this service by submitting a pre-qualification as described by the Source Pre-Qualification Requirements. �This effort will be awarded using Lowest Price Technically Acceptable (FAR Part 15.101-2) among Source-Approved Contractors.� The Government will not be obligated to determine a competitive range, conduct discussions with offerors, or solicit final proposal revisions. This effort has a Repair Method code/Repair Method Support Code (RMC/RMSC) is 2/C.� The RMC 2 indicates the component is suitable for competitive repair for the first time.� The RMSC C indicates this part requires engineering source approval by the design control activity in order to maintain the quality of the part.� An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity.� The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. The purpose of this acquisition is to obtain a firm fixed-price (FFP) overhaul contract for a basic 1-year ordering period, plus a one 1-year ordering period and one 1-year option period to accomplish overhaul on National Stock Number (NSN) 1680-00-183-0834, Part Number (PN) 204-040-016-5 and ensure the transmission is in the latest approved configuration NSN: 1615-01-574-3521, PN: 212-040-007-103, transmission assembly.� The planned period of performance is October 2021-September 2024.� The requirement is broken down as follows: Transmission Assembly NSN 1615-01-574-3521; PN 212-040-007-103; Activity Overhaul; Basic Ordering Period Best Estimated Quantity (BEQ)�2 ea; Ordering Period One BEQ 3 ea; Option One BEQ�3 ea. The contracting action resulting from the solicitation will be a firm-fixed-price requirements contract. The required Turn-Around-Time shall be ninety (90) calendar days after receipt of order, or receipt of reparable assets, whichever is later. The delivery destination will be Robins Air Force Base, Georgia, 31098. The approximate Solicitation Issue Date will be 22 January 2021. Once posted the solicitation will be available for viewing or downloading at www.betasam.gov only. No telephone or fax requests will be honored. NO HARD COPIES WILL BE ISSUED. All interested contractors may submit a proposal. All quotes shall be in the English language and in U.S. dollars. One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. Based upon market research, the Government will be using the policies contained in FAR Part 12, Acquisition of Commercial Items and FAR Part 15.101-2 in its solicitation for the described services.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6e51c6dea93446d2aa3b6d3bb3c1336f/view)
 
Place of Performance
Address: Warner Robins, GA 31098, USA
Zip Code: 31098
Country: USA
 
Record
SN05964750-F 20210409/210407230112 (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  © 1994-2020, Loren Data Corp.