SOLICITATION NOTICE
16 -- Remanufacture of Heat Exchanger NSN: 1660-01-180-5764RK P/N UA537569-1, NSN: 1660-01-194-7780RK P/N UA537570-1
- Notice Date
- 5/27/2021 12:43:39 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
- FD2030-20-00710
- Response Due
- 6/12/2021 1:00:00 PM
- Archive Date
- 06/27/2021
- 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 remanufacture/overhaul of B-1B heat exchangers.� A firm fixed price Indefinite Delivery, Indefinite Quantity (ID/IQ) type contract is contemplated with a five year basic ordering period.� The requirements set forth in this notice are defined per Purchase Request FD20302000710 as follows: Written response is required. Item 0001: Remanufacture of Heat Exchanger, 5 Year Basic Ordering Period; NSN: 1660-01-180-5764RK P/N UA537569-1; BEQ: 12 each, MIN: 2 each, MAX: 65 each Function:� The inter cooler is a plate and fin type exchanger which transfers heat from the coolant to the jet fuel by convection. Dimensions:� 42.7� L x 11.8� W x 13.5� H and weighs 105 lbs.� Materials: Aluminum and various materials. Delivery:� 1 each every 30 days after receipt of order (ARO) and reparable units. Early delivery is acceptable. Item 0002: Remanufacture of Heat Exchanger, 5 Year Basic Ordering Period; NSN: 1660-01-194-7780RK P/N UA537570-1; BEQ: 12 each, MIN: 2 each, MAX: 65 each Function:� The heat exchanger cools fuel by transferring heat from the jet fuel to the external air by convection. Dimensions:� 42.76� L x 11.82� W x 13.57� H and weighs 105 lbs.� Materials: Steel, aluminum and various materials Delivery:� 1 each every 30 days after receipt of order (ARO) and reparable units. Early delivery is acceptable. Item 0003: Over and Above. To be negotiated. Item 0004: Data and Reports (Not Separately Priced) 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 IDIQ Contract (Five Year Basic Ordering Period) 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: TRIUMPH THERMAL SYSTEMS, INC.�������������� CAGE CODE: 78943 Export Control:� N/A This is a sole source requirement to Triumph Thermal Systems, Inc. (Cage 78943).� The RMC is R3/D. Set-aside: N/A The Government intends to issue solicitation FA8118-21-R-0040 on or about 12 June 2021 with a closing response date of 30 July 2021 and estimated award date of on or about 21 November 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 or Fax.� 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. Applicable Tech Orders: The Government does not possess a T.O. of remanufacture procedures for this item. 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 405-739-5513.� DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS. Electronic procedures will be used for this solicitation. No telephone requests. Only written or emailed requests received directly from the requestor are acceptable. Please submit any questions to Lydia Carlton at�lydia.carlton@us.af.mil and Eric Romero at eric.romero.11@us.af.mil no phone calls.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/944707dbd4f0465589b8fdd55f687eb7/view)
- Place of Performance
- Address: Tinker AFB, OK 73145, USA
- Zip Code: 73145
- Country: USA
- Zip Code: 73145
- Record
- SN06015253-F 20210529/210527230112 (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 |