Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2021 SAM #7223
SOLICITATION NOTICE

16 -- E-3 REMANUFACTURE OF INBOARD AND FILLET FLAP DRIVE POWER UNIT ASSEMBLY, NSN: 1680-01-008-2558 AW

Notice Date
9/8/2021 10:26:15 AM
 
Notice Type
Solicitation
 
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
FD20302002036
 
Response Due
10/7/2021 1:00:00 PM
 
Archive Date
12/31/2021
 
Point of Contact
Jacqueline K West, Phone: 4057362431
 
E-Mail Address
jacqueline.west@us.af.mil
(jacqueline.west@us.af.mil)
 
Description
FA811821R0056 REMANUFACTURE INBOARD AND FILLET FLAP DRIVE POWER UNIT ASSEMBLY NSN: 1680-01-008-2558 AW, PN: 65-20846-10 A 5-YEAR REQUIREMENTS TYPE CONTRACT (BASE PERIOD WITH FOUR ONE-YEAR PERIODS) IS CONTEMPLATED. (a) This is a remanufacture meeting the requirements at FAR 22.1003?6(a)(1). The contractor shall furnish all material, plant facilities, labor, parts, equipment, and expertise necessary to perform the remanufacture required to restore the pieces(s) of equipment to original life expectancy, or nearly so. The contractor shall also accomplish all necessary packing and preservation and packaging. ALL work shall be completed in accordance with the requirements specified herein (including attachments hereto) and at the unit price(s) established at the time of award. (b)�� �A Pre-Award Survey and/or Initial Production Evaluation (IPE) may be required. �Details are provided in Appendix A, paragraphs 1.2 and 1.3 respectively. (c)�� �The contractor shall furnish all material, support equipment, special tools, special test equipment, and services necessary to perform the remanufacture required to restore the end item to a like-new condition. �The contractor shall also accomplish ALL necessary packing and preservation and packaging. � �ALL work shall be completed in accordance with the requirements specified herein (including attachments hereto) and at the unit price(s) established at the time of award. (d)�� �In order to receive any technical data related to this acquisition, offerors must send an email request to Jacqueline West at jacqueline.west@us.af.mil. � Release of any data is subject to applicable data rights. �The request shall include the applicable solicitation number, the specific data needed (including TO and/or drawing numbers), and a copy of the current, approved DD Form 2345. The form, including instructions for completing the form, is available at: � http://www.dtic.mil/whs/directives/infomgt/forms/forminfo/forminfopage2220.html. �The Government is not responsible for incomplete, misdirected, or untimely requests.** (e)�� �GOVERNMENT PROPERTY FURNISHED FOR REPAIR (FAR 16.503(c)) Failure of the Government to furnish such items in the amounts or quantities described in the Schedule as �estimated� or �maximum� will not entitle the contractor to any equitable adjustment in price under the Government Property clause of the contract. (f)�� �END ITEMS BEYOND REMANUFACTURE ""Reparable End Items"" are defined as end items which can be restored to a serviceable condition, in accordance with applicable requirements. Some units of items listed in Section B may, upon disassembly and/or inspection, be determined to be beyond the remanufacture limits specified in the Work Specification and/or Technical Orders. Any cost for work performed by the Contractor prior to determination that such equipment is beyond these limits, shall be included in the unit price(s) of the listed item(s). If the contractor estimates that any item is not reparable (i.e. beyond remanufacture), the Contractor shall promptly notify the administrative contracting officer in writing and shall not perform further remanufacture on any such items except at the direction of the administrative contracting officer (ACO). Upon written confirmation from the ACO that a particular item is not reparable, the contractor shall dispose of the unit in the manner directed by the ACO. (g) In the event there are component part(s) with long lead times, the awardee is responsible for securing necessary parts to meet the Government�s required delivery schedule. (h)�� �If the contractor estimates that any item is not reparable (i.e. beyond remanufacture), the Contractor shall promptly notify the administrative contracting officer in writing and shall not perform further remanufacture on any such items except at the direction of the administrative contracting officer (ACO). Upon written confirmation from the ACO that a particular item is not reparable, the contractor shall dispose of the unit in the manner directed by the ACO. (i)�� �Condemned units shall not be counted as production. (j)�� �In the event that DFARS Clause 252.217-7001, Surge Option, is invoked, quantities and prices will be negotiated at that time. (k)�� �FAR 52.216-21 shall be adjusted by the Contracting Officer at the time of award to reflect a date one year after the expiration date of the contract. (l)�� �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 @ 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6e761b75617d44268e3b5fab6fd893a2/view)
 
Place of Performance
Address: Tinker AFB, OK 73145, USA
Zip Code: 73145
Country: USA
 
Record
SN06125436-F 20210910/210908230128 (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.