Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2021 SAM #7140
SOLICITATION NOTICE

28 -- SPRTA121R0123; Disk, Turbine, Aircraft; PN 475502, NSN 2840-00-966-8073RV

Notice Date
6/17/2021 12:10:47 PM
 
Notice Type
Presolicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
DLA AVIATION AT OKLAHOMA CITY, OK TINKER AFB OK 73145-3070 USA
 
ZIP Code
73145-3070
 
Solicitation Number
SPRTA121R0123
 
Response Due
8/3/2021 9:59:00 PM
 
Archive Date
08/03/2022
 
Point of Contact
Tracy Clendennen, Phone: 4057399071
 
E-Mail Address
tracy.clendennen@us.af.mil
(tracy.clendennen@us.af.mil)
 
Description
1. Estimated Solicitation issue date is 02 July 2021 with an estimated closing/response date of 03 Aug 2021. 2. Request for Proposal #: SPRTA1-21-R-0123 3. Purchase Request: FD2030-21-01960, US Air Force Requirement 4. Nomenclature/Noun: Disk Turbine , Aircraft 5. NSN: 2840-00-966-8073RV 6. Part Number: 475502 7. Application (Engine or Aircraft): TF33 8. Acquisition Method Code (AMC): 3V 9. History: Previously purchased 23 each from Raytheon Technologies Corporation on order SPRTA117F0207 referencing Basic Ordering Agreement SPE4A1-15-G-0006, awarded on 31 January 2017. 10. Description/Function: 5.00 inches long X 5.00 inches wide X 21.00 inches high, weighing 50.00 lbs., composed of PWA 1003 material; this disk is a second stage turbine disk used on TF33 engine. Used to convert exhaust gases to drive compressor. 11. Sources / Approved Source: Raytheon Technologies Corporation (Cage 52661). 12. Qualification Requirements: These items are AMSC code V and thus designated a high reliability part under a formal reliability program. The USAF does not control the airflow, thermal, and stress models necessary to ensure successful manufacture of the parts. The Original Equipment Manufacturers (OEM) are the only sources which maintain capability and rights for these models. MQR-PSD-1 does not apply.. 13. UID marking requirements IAW DFARS clause 252.211-7003 apply to this acquisition (Bag/Tag) 14. Comprehensive Engine Management system (CEMS) Reporting 15. Export Control: No. 16. Critical Safety Item: Applicable. CSI criteria apply to this item. 17. Award of a New Manufacture Fixed-Quantity, Firm Fixed-Price contract is contemplated. Notice of Range Quantity Solicitation: The current required quantity is 37 Each. However, the final required quantity may change. Therefore, offeror(s) are required to propose prices for the specific quantity ranges identified in the Solicitation, when issued. The current overall possible quantity range for this acquisition is between a Minimum quantity of 9 ea. and Max quantity of 56 ea., to include First Article(s), if required. If the specific quantity ranges identified in the Solicitation do not provide the best pricing option for your company business model, then the contractor has the option of identifying within Provision 52.207-4, those suggested quantity ranges, for informational/planning purposes only that yield your best prices to the Government. Offeror(s) are still required to submit proposals for the specific quantity ranges identified in the Solicitation. The Final fixed-quantity of this requirement is at the sole discretion of the Government and the Government reserves the right to award no contract at all depending on the quality and prices of proposal(s) received. The final buy quantity will be re-evaluated and determined upon receipt of proposal(s) and the closing date of the Solicitation. Surplus is not solicited. Required Delivery Schedule: 649 days after receipt of order Destination: DLA Distribution Depot Oklahoma 18. Mandatory Language: In accordance with FAR 5.207(c)(16)(i), all responsible sources may submit a capability statement, proposal or quotation, which shall be considered by the agency. The proposed contract action is for supplies in which the Government intends to solicit and negotiate with only one source, or a limited number of sources under the authority of FAR 6.302. This is a full and open requirement. All proposals received within 45 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in Part 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 Government's requirement with a commercial item within 15 days of this notice. Government's obligation under this contract is contingent upon the availability of appropriated funds 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. 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 authorized. 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. 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. 19. Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download on the release date only from www.beta.sam.gov. Questions concerning this synopsis or subsequent solicitation can be directed to Tracy Clendennen at (405) 739-9071 or email at tracy.clendennen@us.af.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2c0036cc44654500bfbe62d6a132d16f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06035350-F 20210619/210618201533 (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.