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

15 -- COWLING: NSN 1560-00-856-9394 FG, Part Number 35-19764-1

Notice Date
4/7/2021 2:09:23 PM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT OKLAHOMA CITY, OK TINKER AFB OK 73145-3070 USA
 
ZIP Code
73145-3070
 
Solicitation Number
SPRTA1-21-R-0093
 
Response Due
5/24/2021 1:00:00 PM
 
Archive Date
08/16/2021
 
Point of Contact
JAMES CHANDLER, Phone: 4057394440
 
E-Mail Address
james.chandler@us.af.mil
(james.chandler@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1. Estimated Solicitation issue date is 22 APR 2021 with an estimated closing/response date of 24 MAY 2021.� Solicitation Closing Dates WILL NOT be extended for the sole-purpose to allow for additional time to propose. 2. Request for Proposal #: �SPRTA1-21-R-0093 3. Purchase Request:� FD2030-21-00206; Availability of Funds clause 52.232-18 applies. 4. Nomenclature/Noun: �COWLING 5. NSN: ��1560-00-856-9394 FG 6. Part Number: ��35-19764-1 7. Application (Engine or Aircraft): ��B-52 Aircraft 8. Acquisition Method Code (AMC):� 1/C; Full and Open Competitive Acquisition for the Second or Subsequent Time. 9. History:� Previously purchased 3 each total from The Nordham Group, LLC., against Contract FA8107-04-D-0007-UN02, awarded 10 DEC 2008. 10. Description/Function: �L/H Nose Cowling that protects the L/H front of engine.� 11. Dimensions:� Approximately 64.0 inches in length, 60.0 inches in width and 49.0 inches in height, and 80.0 lbs in weight. 13. Material: �Constructed with aluminum alloy skins, brackets, stiffeners, steel parts, associated aircraft hardware, rivets, bolts, and screws. 14. Qualified Sources:� All Qualified sources are listed below for clarity, however, THIS ACQUISITION IS A 100% TOTAL SMALL BUSINESS SET ASIDE UNDER NAICS CODE 336413, subject to Export Controlled Certification/verification. D-J Engineering (0C7H8/SB) Pro Fab Inc. (0BT76/SB) Merrill Corporation, DBA Mission Support (0JXZ1/SB) Tect Hypervelocity/Tect Aerospace (34336/SB) Nordam Group (29957/LB) The Boeing Company (82918/LB) 15. Qualification Requirements (QR�s):� QR�s IAW FAR 52.209-1 ARE applicable to this acquisition. 16. First Article:� 1ea First Article unit IS required for this acquisition.� If First Article(s) are required, if there are any applicable waiver criteria, these will be detailed in the solicitation itself, when issued. 17. Export Control: YES. If identified as being applicable, you are REQUIRED to be �EXPORT CONTROLLED� certified in order to receive and view the Technical Data Package / drawings for this solicitation.� If your company intends to become Export Control Certified, a web site for registration exists:� http://www.dlis.dla.mil/jcp/.� Foreign owned firms are advised to contact the contracting officer or program manager before submitting a proposal to determine whether there are restrictions on receiving an award.� 18. Award of a New Manufacture, fixed-quantity contract is contemplated.� The current requirement is for 14 units, to include the 1ea First Article unit.� However, the requirement has a possibility of a final buy quantity within a range of 11ea to 20ea units, to include the 1ea First Article unit.� Final Quantity TBD at time of solicitation closing based on updated need projections.� The Government intends to award to a SINGLE manufacturing source.� Surplus IS NOT authorized for this procurement and if offered, will NOT be considered for this procurement.�� First Article DESIRED Delivery: 270 Days ARO.� First Article REQUIRED Delivery: 365 Days ARO.� Production Units DESIRED rate of 4ea per month, beginning 270 Days ARO.� Production Units REQUIRED Delivery: rate of 4ea per month, beginning 365 Days ARO.� First Article Delivery Information will be detailed in solicitation.� Production Unit Delivery Destination will be:� US Government / DLA Distribution Depot Oklahoma, Tinker AFB (SW3211). Surplus is NOT authorized for this procurement. 19. Mandatory Language: WRITTEN PROCEDURES WILL BE USED FOR THIS SOLICITATION.�� ELECTRONIC SUBMISSION OF COMPLETED/SIGNED PROPOSALS VIA SCANNED PDF THROUGH E-MAIL TO THE CONTRACTING OFFICER IS MANDATORY.� DUE TO COVID AND MANDATORY TELEWORK, PHYSICAL PROPOSAL SUBMISSION VIA US MAIL/FEDEX/UPS/ETC, IS NOT AUTHORIZED FOR THIS PROCUREMENT.� PROPOSAL SUBMISSIONS SHALL BE TO THE CONTRACTING OFFICER EMAIL ADDRESS ON THE FRONT PAGE OF THE SOLICITATION, WHEN ISSUED.�� DLA OMBUDSMAN (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) The Competition Advocate (CA) at each contracting activity/office (as defined in DLAD 2.101) shall act as the ombudsman and attempt to resolve contractor complaints.� DLA AVIATION AT OKLAHOMA CITY CA/Ombudsman can be reached at 405-855-3556, facsimile (405) 734-8129.� DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.� Complaints which cannot be so resolved shall be forwarded to the HQ through J-72 for resolution by the DLA competition advocate.� Each activity is responsible for developing procedures for executing the duties and responsibilities. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Office. 20. UID marking requirements IAW DFARS clause 252.211-7003 apply to this acquisition.� IUID Marking is mandatory and required regardless of acquisition unit-price. 21. This procurement is A TOTAL 100% SMALL BUSINESS SET ASIDE. �Serial Numbers are required. 22. Solicitation shall utilize Non-Commercial FAR 15 procedures.� Based upon market research the Government is NOT using the policies contained in FAR 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 Governments requirement with a commercial item within 15 days of this notice. 23. Government's obligation under this contract is contingent upon the availability of FY20 appropriated funds, IAW FAR 52.232-18, 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. 24. DFARS clause 252.225-7001, Buy American and Balance of Payments Program is applies to this acquisition. 25. ONLY ELECTRONIC PROCEDURES WILL BE USED FOR THIS SOLICITATION. HARD COPIES OF THE SOLICITATION WILL NOT BE SENT FROM THIS OFFICE NOR WILL HARDCOPY PROPOSAL SUBMISSIONS BE ACCEPTED AT THE PHYSICAL OFFICE DUE TO COVID.� The solicitation AND Technical Data Package (TDP) documents will be available for download at https://beta.sam.gov/
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a5f4d043f2f24cd9adb99430a84d5780/view)
 
Record
SN05964971-F 20210409/210407230114 (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.