Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2021 SAM #7124
SOLICITATION NOTICE

J -- Remanufacture of B-1 FAIRING SEAL PRESSURE REGULATING VALVE, NSNs: 4810-01-182-5863 RK

Notice Date
6/1/2021 5:15:23 AM
 
Notice Type
Presolicitation
 
NAICS
33641 —
 
Contracting Office
FA8118 AFSC PZABB TINKER AFB OK 73145-3303 USA
 
ZIP Code
73145-3303
 
Solicitation Number
FD20302000634
 
Response Due
6/12/2021 1:00:00 PM
 
Archive Date
09/30/2021
 
Point of Contact
Jacqueline K West, Phone: 4057362431
 
E-Mail Address
jacqueline.west@us.af.mil
(jacqueline.west@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
All questions regarding this notice and requirement are to be submitted in writing via E-mail to the point(s) of contact specified herein.� 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. 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. Offerors must specify whether they are a U.S. or foreign-owned firm. The United States Air Force through Air Force Sustainment Center (AFSC), Tinker AFB 73145 is contemplating to procure Remanufacture of B-1 FAIRING SEAL PRESSURE REGULATING VALVE, NSNs: 4810-01-182-5863 RK.� The contractor shall provide all labor, facilities, equipment and all material to accomplish the overhaul. The work encompasses significantly or completely disassembling an item to its individual components; reworking, rehabilitating, or replacing worn or damaged components; reassembly; and test such that the item is returned to its original life expectancy (i.e. reliability), or nearly so, in accordance with the solicitation requirements and all attachments. The requirements set forth in this notice are defined per Purchase Request FD20302000634. Duration of Contract Period:� Estimated 1 Basic Year, and 4 one-year options, Firm Fixed Price, Requirements Type contract is contemplated. 1.� Estimated issue date:� 14 June 2021* � � Estimated closing date:� 14 July 2021* � � Estimated award date:�� 11 August 2021* *These dates are subject to change. Solicitation will be posted to Beta.SAM.gov and attached to this synopsis when it is issued. Closing/response date will be noted on the solicitation. 2. Solicitation number: FA8118-21-R-0035, Purchase Request FD20302000634 3. Service/Spare/Repair/OH: Remanufacture 4. RMC / RMSC:� R2 / C 5. Five year firm fixed price Requirements contract with one basic year and four 1-year options will be solicited. 6. Item/Description: � �L/I 0001: Remanufacture of B-1B Valve, Regulating, Flow, NSN: 4810-01-182-5863 RK,�Part Number 5820123-102 7. Best Estimated Quantities (BEQ): CLIN 0001: Estimated Quantity 4 each per year. CLIN 0002: Data:� Not Separately Priced. CLIN 0003: Over and Above:� To Be Negotiated. CLIN 1001: Estimated Quantity 4 each per year. CLIN 1002: Data:� Not Separately Priced. CLIN 1003: Over and Above:� To Be Negotiated. CLIN 2001: Estimated Quantity 4 each per year. CLIN 2002: Data:� Not Separately Priced. CLIN 2003: Over and Above:� To Be Negotiated. CLIN 3001: Estimated Quantity 4 each per year. CLIN 3002: Data:� Not Separately Priced. CLIN 3003: Over and Above:� To Be Negotiated. CLIN 4001: Estimated Quantity 4 each per year. CLIN 4002: Data:� Not Separately Priced. CLIN 4003: Over and Above:� To Be Negotiated. 8. Application:� B-1 9. Destination:� To Be Determined 10. CLIN 0001, 1001, 2001, 3001, 4001: 2 each every 30 days after receipt of a funded delivery order and/or reparable (whichever is later), early delivery is acceptable. 11. Qualification Requirements: QUALIFICATION REQUIREMENTS APPLY.� Interested vendors that have not been previously qualified for this acquisition must submit a Source Approval Request (SAR) package to the Source Development, Small Business Office at 405-739-7243.� As prescribed in FAR 9.202(e), the contracting officer need not delay a proposed award in order to provide a potential offeror with an opportunity to demonstrate its ability to meet the standards specified for qualification.� 12. OEM: Parker Hannifin, Cage 59211 13. 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. The only contractors who may participate are those that are certified and registered with the Defense Logistics Information Service (DLIS) (1-800-352-3572) and have a legitimate business purpose. In order to receive any technical data related to this acquisition, offerors must be registered at SAM.gov.� Requests for data or Technical Orders (TO) are to be submitted to jacqueline.west@us.af.mil.� 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. 14. UID Note to Contractor: UID marking is required. Contractor determined location and method. 15.� Electronic Email procedures will be used for this solicitation. 16.� 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 Ombudsman at (405) 736-3273. DO NOT CALL THIS NUMBER FOR SOLICATION REQUESTS. Note: Faxed solicitation requests can be submitted to AFSC/PZABB, Tinker AFB OK 73145 at FAX NUMBER (405) 739-4417. 17. NAICS:� 336413, Size Standard 1,250 ,� Product Service Code: J016 18. The government intends to solicit and negotiate with only one source. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. 19. Points of Contact: ������� Jacqueline K. West, Phone 405-736-2431; email: jacqueline.west@us.af.mil ������� Contracting Office Zip Code:� 73145
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5654d8f7a4a84805905d1faee79aa670/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN06017644-F 20210603/210601230114 (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.